Scope
Reference
714783450
Description
The Explosive Material Identification Procurement Project is the requirement is for the procurement and in service support of 126 Commercial Off The Shelf (COTS) Handheld explosive material identification equipment. This Project is being split into two Lots as detailed below:
a. Lot 1: The procurement and In-Service Support of Hand-Held FTIR Spectrum analysers
This requirement is for the Procurement and In-Service Support of x63 Hand-Held FTIR Spectrum Analysers, with the option to purchase additional analysers if required. The requirement is for the delivery of Initial Operating Capability (IOC) of x20 FTIR units within 4 months of Contract Award. In-Service Support shall commence from IOC and continue for a period of 8 years from acceptance of Full Operating Capability (FOC). FOC shall be delivered within 1 year and 4 months of Contract Award. Options to extend Contract duration are detailed in Paragraph 4.
The in-service support shall include, but not be limited to, the provision of spares, repairs, servicing and maintenance, training, and obsolescence management.
The Hand-held FTIR analysers capability shall be a single Hand-held unit able to identify Substances of Interest (SOI's) such as explosive material, narcotics and other threat chemicals, providing indication and identification of SOI's by direct Sample.
The capability is expected to be Hand-held, deployable and robust for deployment in all environmental climates and able to identify SOI present in a material, mixture, and provide Identification of DARK and highly fluorescent SOI's.
The capability is expected to be updated with supplier-based threat data and spectrum libraries, with the opportunity to utilise third-party libraries as and when required.
b. Lot 2: The procurement and in-service support of 63 x Hand-Held RAMAN spectrum analysers.
The requirement is for the procurement and in service support of x63 Hand-held RAMAN spectrum analysers, with the option to purchase additional analysers if required. The requirement is for the delivery of Initial Operating Capability (IOC) of x20 units within 4 months of contract award. In-Service support shall commence from IOC and continue for a period of 8 years from acceptance of Full Operating Capability (FOC). FOC shall be delivered within 1 year 4 months of contract award. Options to extend Contract duration are detailed in Paragraph 4.
The in-service support shall include, but not be limited to, the provision of spares, repairs, servicing and maintenance, training, and obsolescence management.
The Hand-held RAMAN analysers capability shall be a single Hand-held unit able to identify Substances of Interest (SOI's) such as explosive material, narcotics and other threat chemicals, providing indication and identification of SOI's by through barrier and standoff methods.
The capability is expected to be Hand-held, deployable and robust for deployment in all environmental climates and able to identify SOI present in a material, mixture and through barrier.
The capability is expected to be updated with supplier-based threat data and spectrum libraries. With the opportunity to utilise third party libraries as and when required.
The highest classification of the requirements and data managed through any resulting Contracts for Lot 1 or Lot 2 is OFFICIAL SENSITIVE.
The Cyber Risk level for this procurement is MODERATE for both LOTs. The Risk Assessment Reference (RAR) are as follows:
a. Project 1: RAR-250404A03
b. Project 2: RAR-250404A06
A full description of the Cyber Risk levels is available at DEFSTAN 05-138. Potential Providers should make themselves familiar with the requirements against
the profile assessment for this risk level.
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 August 2035
- Possible extension to 31 August 2037
- 11 years, 4 months, 1 day
Description of possible extension:
Any resulting Contract of Lot 1 (Procurement and In-Service Support of Hand-held FTIR Spectrum Analysers) will include the following Contract Options to extend the in-service support duration for a further 2 years:
- Extension of In-Service Support for an additional one-year period.
- Extension of In-Service Support for an additional one-year period.
Any resulting Contract of Lot 2 (Procurement and In-Service Support of Hand-held RAMAN Spectrum Analysers) will include the following Contract Options to extend the in-service support duration for a further 2 years:
- Extension of In-Service Support for an additional one-year period.
- Extension of In-Service Support for an additional one-year period.
The Authority reserve the right, at its absolute discretion, to not take up any or all the option(s) listed above. Further information on the option(s) will be provided in the Invitation to Tender.
Options
The right to additional purchases while the contract is valid.
Any resulting Contract of Lot 1 (Procurement and In-Service Support of Hand-held FTIR Spectrum Analysers) will include the following Contract Options to extend the in-service support duration for a further 2 years:
- Extension of In-Service Support for an additional one-year period.
- Extension of In-Service Support for an additional one-year period.
Any resulting Contract of Lot 2 (Procurement and In-Service Support of Hand-held RAMAN Spectrum Analysers) will include the following Contract Options to extend the in-service support duration for a further 2 years:
- Extension of In-Service Support for an additional one-year period.
- Extension of In-Service Support for an additional one-year period.
The Authority reserve the right, at its absolute discretion, to not take up any or all the option(s) listed above. Further information on the option(s) will be provided in the Invitation to Tender.
Main procurement category
Goods
CPV classifications
- 38546100 - Bomb detectors
- 38434500 - Biochemical analysers
- 38433300 - Spectrum analyser
Contract locations
- UK - United Kingdom
Lot 1. Procurement and In-Service Support of Hand-Held FTIR Spectrum Analysers
Description
a. Lot 1: The procurement and In-Service Support of Hand-Held FTIR Spectrum analysers
This requirement is for the Procurement and In-Service Support of x63 Hand-Held FTIR Spectrum Analysers, with the option to purchase additional analysers if required. The requirement is for the delivery of Initial Operating Capability (IOC) of x20 FTIR units within 4 months of Contract Award. In-Service Support shall commence from IOC and continue for a period of 8 years from acceptance of Full Operating Capability (FOC). FOC shall be delivered within 1 year and 4 months of Contract Award. Options to extend Contract duration are included.
The in-service support shall include, but not be limited to, the provision of spares, repairs, servicing and maintenance, training, and obsolescence management.
The Hand-held FTIR analysers capability shall be a single Hand-held unit able to identify Substances of Interest (SOI's) such as explosive material, narcotics and other threat chemicals, providing indication and identification of SOI's by direct Sample.
The capability is expected to be Hand-held, deployable and robust for deployment in all environmental climates and able to identify SOI present in a material, mixture, and provide Identification of DARK and highly fluorescent SOI's.
The capability is expected to be updated with supplier-based threat data and spectrum libraries, with the opportunity to utilise third-party libraries as and when required.
Lot value (estimated)
- £3,800,000 excluding VAT
- £4,560,000 including VAT
Same for all lots
CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot 2. Procurement and In-Service Support of Hand-Held RAMAN Spectrum Analysers
Description
Lot 2: The procurement and in-service support of 63 x Hand-Held RAMAN spectrum analysers.
The requirement is for the procurement and in service support of x63 Hand-held RAMAN spectrum analysers, with the option to purchase additional analysers if required. The requirement is for the delivery of Initial Operating Capability (IOC) of x20 units within 4 months of contract award. In-Service support shall commence from IOC and continue for a period of 8 years from acceptance of Full Operating Capability (FOC). FOC shall be delivered within 1 year 4 months of contract award. Options to extend Contract duration are included.
The in-service support shall include, but not be limited to, the provision of spares, repairs, servicing and maintenance, training, and obsolescence management.
The Hand-held RAMAN analysers capability shall be a single Hand-held unit able to identify Substances of Interest (SOI's) such as explosive material, narcotics and other threat chemicals, providing indication and identification of SOI's by through barrier and standoff methods.
The capability is expected to be Hand-held, deployable and robust for deployment in all environmental climates and able to identify SOI present in a material, mixture and through barrier.
The capability is expected to be updated with supplier-based threat data and spectrum libraries. With the opportunity to utilise third party libraries as and when required.
Lot value (estimated)
- £4,200,000 excluding VAT
- £5,040,000 including VAT
Same for all lots
CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.
Participation
Legal and financial capacity conditions of participation
Lot 1. Procurement and In-Service Support of Hand-Held FTIR Spectrum Analysers
Lot 2. Procurement and In-Service Support of Hand-Held RAMAN Spectrum Analysers
The legal and financial capacity conditions of participation and the associated evaluation criteria are set out in the PSQ and PSQ supporting documentation.
Suppliers, associated persons and tier one suppliers are required registered on the Central Digital Platform and share up-to-date information.
The Authority shall assess suppliers (or where relevant, a connected person), an associated person or a sub-contractor to determine whether mandatory or discretionary grounds for exclusion apply, in accordance with The Procurement Act 2023.
Please see section 1.12 on the PSQ for full information on financial requirements.
Stage 1 - Qualification (Pass / Fail)
Part 1 -Confirmation of core supplier information
Documentation
Preliminary SI Basic Information
Confirmation of CDP SI Basic Information
Part 2 - additional exclusion information
Associated Persons
List of all Intended Sub-Contractors
Subcontractors CDP Information
Part 3 - conditions of participation
Electronic Trading
Financial Assessment
Technical ability conditions of participation
Lot 1. Procurement and In-Service Support of Hand-Held FTIR Spectrum Analysers
The technical condition of participation and the associated evaluation criteria are set out in the PSQ and PSQ supporting documentation.
Stage 2 - Technical (Pass / Fail and Scored)
Part 3 - conditions of participation
Russian / Belarusian Entities
Insurance
Data Protection
Technical Ability and Project Experience - Lot 1
Experience of Sub-contractor Management
Health and Safety
Tackling Modern Slavery in Supply Chains
Questions where a 'fail' or a score of 0 will result in exclusion from the competition have been clearly identified within the evaluation criteria against each question in PSQ and PSQ supporting document.
Lot 2. Procurement and In-Service Support of Hand-Held RAMAN Spectrum Analysers
The technical condition of participation and the associated evaluation criteria are set out in the PSQ and PSQ supporting documentation.
Stage 2 - Technical (Pass / Fail and Scored)
Part 3 - conditions of participation
Russian / Belarusian Entities
Insurance
Data Protection
Technical Ability and Project Experience - Lot 2
Experience of Sub-contractor Management
Health and Safety
Tackling Modern Slavery in Supply Chains
Questions where a 'fail' or a score of 0 will result in exclusion from the competition have been clearly identified within the evaluation criteria against each question in PSQ and PSQ supporting document.
Particular suitability
Lot 1. Procurement and In-Service Support of Hand-Held FTIR Spectrum Analysers
Lot 2. Procurement and In-Service Support of Hand-Held RAMAN Spectrum Analysers
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
26 August 2025, 2:00pm
Submission type
Requests to participate
Deadline for requests to participate
12 September 2025, 2:00pm
Submission address and any special instructions
PSQ responses should be submitted by the Authority using the DSP by the deadline. Responses submitted via any other medium will not be accepted or considered - https://contracts.mod.uk.
PSQ reference can be found here - https://contracts.mod.uk/go/628679800198664B198E
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
Lot 1. Procurement and In-Service Support of Hand-Held FTIR Spectrum Analysers
1 to 6 suppliers
Selection criteria:
Following completion of the PSQ evaluation, the top six highest scoring compliant Suppliers, in accordance with the evaluation criteria, will be invited to tender.
Lot 2. Procurement and In-Service Support of Hand-Held RAMAN Spectrum Analysers
1 to 6 suppliers
Selection criteria:
Following completion of the PSQ evaluation, the top six highest scoring compliant Suppliers for each Lot, in accordance with the evaluation criteria, will be invited to tender.
Award decision date (estimated)
30 April 2026
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Conditions of Participation PSQ | Suppliers will be evaluated in two stages, Stage 1 - Qualification and Stage 2 - Technical, only suppliers that pass Stage 1 - Qualification shall be deemed compliant and progress to Stage 2 -... |
Quality | 100% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Defence and security
Competitive flexible procedure description
The Explosive Material Identification Procurement Project is currently being procured through the Competitive Flexible Procedure in accordance with the Procurement Act 2023 ('The Act') via x2 Lots which will result in x2 Contracts, one for each Lot. Please note the Authority reserve the right to merge these requirements into one Contract if, as a result of the Competitive process, one Supplier entity is awarded both Lot 1 and Lot 2. Suppliers can apply to participate for Lot 1, Lot 2 or both Lots.
The following steps to arrive at contract award decision are as follow;
Project Specific Questionnaire (PSQ) -The top 6 compliant suppliers with the highest technical scores shall be invited to Invitation to Tender (ITT) for each Lot. PSQ reference - https://contracts.mod.uk/go/628679800198664B198E. Some questions will have different evaluation criteria for each Lot or only be applicable to one Lot. These questions will be identified in the evaluation criteria in the PSQ Guidance document. You must pass the evaluation criteria specific to the Lot(s) you have applied for to proceed to the next stage of the competition.
Invitation to Tender, the evaluation shall have two stages;
1. Paper Based evaluation - the top 3 compliant suppliers with the highest technical scores will progress to confirmation trials.
2. Confirmation Trials - the proposed solution shall be tested against specific system requirements as set out in the ITT.
Full information on how the procurement procedure, including evaluation criteria, strategy and stages of evaluation shall be provided within the ITT.
The Authority reserves the right under the Procurement Act 2023 to:
To cancel the procurement procedure at any stage.
Not to award a contract as a result of the procurement process.
Make any modifications during a competitive flexible procedure, provided that the deadline to participate or submit a first or only tender has not passed (section 31(1)(b))
Make non substantial modifications, during a competitive flexible procedure, up to the deadline of the final tendering stage (section 31(2)(a))
Refine or supplement the award criteria during a competitive flexible procedure (section 24(1))
Documents
Documents to be provided after the tender notice
PSQ Supporting documentation Ref '20250801 Explosive Material Identification Procurement Project PSQ Supporting Document' will be provided with the PSQ on DSP.
Following completion of the PSQ evaluation, ITT documentation will be issued to the the top six highest scoring compliant Suppliers for each Lot via DSP
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