Scope
Reference
714783450
Description
The Protect Delivery Team (DT) are considering initiating two Projects to procure and support x126 Commercial off the Shelf (COTS) explosive material identification equipment, consisting of the following:
a. Project 1: is planning for the procurement and support of 63 x handheld FTIR direct Sample Spectrum analysers.
b. Project 2: is planning for the procurement and support of 63 x handheld RAMAN spectrum analysers.
The DT is planning to run a competition via the Competitive Flexible Procedure (Procurement Act 2023) with two separate Lots for suitable suppliers to bid for both, or one of the specified capabilities mentioned in points "a and b".
The DT are looking for two explosive material identification systems, Project 1 (FTIR) and Project 2 (RAMAN) technologies, which are deployable (handheld) and ruggedised, to identify the presence of Substances of Interest (SOI's) such as explosive material, narcotics and other threat chemicals during an infrastructure search.
The capabilities will need to allow direct sample and through barrier identification respectively, to give as close to immediate indication of the presence or lack of SOI's including explosive material for common and bespoke threat substances, or components thereof, permitting subsequent activity.
It is the Authority's intent to invite participation from suppliers who can demonstrate they are commercially compliant and can meet the technical requirements of being able to support Project 1 and / or Project 2. Which includes through life technical support, including software and maintenance updates.
The Authority intends to release a Project Specific Questionnaire (PSQ) associated with this opportunity, currently scheduled for August 2025. Please note this is an estimated date and subject to change.
It is the Authority's intention to award a Contract for each lot for the delivery of equipment and 10 years of In-Service Support including options for a supplier to deliver this requirement and provide maintenance, training and supportability (through life support) for each capability. The project has a forecasted through-life value of ~£8m (ex VAT).
Project 1 (Lot 1) forecasted through life value of £3.800M (ex VAT).
Project 2 (Lot 2) forecasted through life value of £4.200M (ex VAT).
The Authority will be conducting all applicable advertising and potential procurement exercises via the Defence Sourcing Portal (DSP). Interested parties are strongly encouraged to review the information published by DSP. Interested parties will need to gain access to DSP to ensure they acquire the most up to date information.
Please note the Authority has conducted historic engagement in the form of a request of supplier briefs and meetings at DSEI 2023 under Reference '708941450 Procurement and In-Service Support for a Person-Portable Identification Capability for Particles, Vapours and Bulk Explosive Material'
- FTS Ref: 2023/S 000-025471
- Contracts Finder Ref: f45580e9-cd4a-4a3f-bd8a-236bb3382a2d
A Preliminary Market Engagement Notice Reference 2025-042630 was also published 9th May 2025 requesting Supplier Briefs.
Total value (estimated)
- £8,000,000 excluding VAT
- £9,600,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 30 April 2026 to 31 December 2035
- Possible extension to 31 December 2037
- 11 years, 8 months, 1 day
Main procurement category
Goods
CPV classifications
- 38546100 - Bomb detectors
- 38434500 - Biochemical analysers
- 38433300 - Spectrum analyser
Contract locations
- UK - United Kingdom
Engagement
Engagement deadline
4 July 2025
Engagement process description
The Authority intends to undertake further market engagement with interested suppliers until 24th July to understand the market for each Lot and potential solutions. The Authority will be contacting Suppliers identified in market research to understand the competitive market for each lot as well as providing suppliers with the opportunity for engagement sessions. The proposed engagement sessions will provide suppliers with the opportunity to present their capabilities to the Authority through face-to-face (F2F) meetings or, where F2F meetings are not feasible, virtual alternatives. Each meeting will be limited to 60 minutes in duration and will not delve into specific project details or information about the requirements. Please note all questions raised by interested suppliers will be collated by the Authority and subsequently shared to ensure transparency and uphold the principles of fair and open competition.
Please contact deslestsp-seec-commercial@mod.gov.uk quoting reference '714783450' by 04th July 2025 if you would like to arrange an engagement session. Please note if you do not quote reference '714783450' your email may not be seen.
All information provided at each Market Engagement Stage shall not be used by the Authority to down select or evaluate suppliers but shall help inform the development of the requirement and contracting strategy only.
In issuing this Preliminary Market Engagement Notice, The Authority is not committing to commence with any procurement in relation to the requirements stated in this Notice. Accordingly, any expenditure, work or effort undertaken before contract award is a matter solely for the commercial judgement of potential suppliers.
Participation
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Publication date of tender notice (estimated)
1 August 2025
Procedure
Special regime
Defence and security
Contracting authority
Defence Equipment and Support
- Public Procurement Organisation Number: PVRL-5831-GLMM
MOD Abbey Wood
Bristol
BS34 8JH
United Kingdom
Contact name: Maia Harris
Email: deslestsp-seec-commercial@mod.gov.uk
Website: https://www.gov.uk/government/organisations/defence-equipment-and-support
Region: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Organisation type: Public authority - central government