Buyer Name: Defence Equipment and Support
Buyer Address: MOD Abbey Wood, Bristol, UKK12, BS34 8JH, United Kingdom
Contact Name: PROTECT DT
Contact Email: DES-LESTSP-SEEC-Commercial@mod.gov.uk
Buyer Name: Defence Equipment and Support
Buyer Address: MOD Abbey Wood, Bristol, UKK12, BS34 8JH, United Kingdom
Contact Name: PROTECT DT
Contact Email: DES-LESTSP-SEEC-Commercial@mod.gov.uk
The requirement is for the Procurement and In-Service Support of 4 x Remote Case entry systems, with the option to purchase and support 2x additional systems if required. The in-service support shall include, but not be limited to, the provision of spares, repairs, servicing and maintenance, training, and obsolescence management. The Remote Case Entry system shall provide a portable abrasive cutting capability, capable of performing cuts either remotely or semi-remotely through materials up to 40mm thick mild steel cases of Air Dropped weapons, and it should be operable at a safe distance of 250m. The cutting process must be designed to generate no significant heat, thereby mitigating the risk of inadvertently triggering or activating any sensitive devices in the vicinity. The system is expected to be portable, deployable, and robust, suitable for use in all environmental conditions. It shall have a working area footprint of 3m (width) x 3m (depth) x 2m (height) and must be portable through a corridor measuring 1m wide, 3m long, and 2m high, while also being manoeuvrable through a 90-degree turn in a corridor that is 1m wide and 2m high. The requirement is for the delivery of Initial Operating Capability (IOC) of x 1 system within 6 months of Contract Award. FOC (4 systems in total) shall be delivered within 1 year and 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) with options to extend the in-service support duration for a further 2 years. The system shall provide means of viewing/monitoring the Case Entry action remotely in real time from the Incident Control Point (ICP). The Risk Assessment Reference (RAR) number is RAR-SMB9GT8 resulting in a cyber risk profile of Level 1. A full description of the Cyber Risk levels is available at DEFSTAN 05-138. Suppliers should make themselves familiar with the requirements against the profile assessment for this risk level. The Modern Slavery Risk Assessment has been identified as Medium for this procurement, the winning tenderer will be required to complete the Modern Slavery Assessment Tool (MSAT) post contract award- https://supplierregistration.cabinetoffice.gov.uk/msat The highest classification of the requirements and data managed through any resulting Contracts is OFFICIAL-SENSITIVE. Prospective contractors are required to hold Quality Management System certification to ISO9001:2015 or suitable alternative standard, with the appropriate scope to deliver contract requirements, issued by a Nationally Accredited Certification Body. You will be required to provide a copy of the certificate(s) as directed by any Procurement Specific Questionnaire (PSQ) or Invitation to Tender (ITT) associated with this Notice, and in any event, the winning supplier will be required to provide it for review prior to contract award. The contractual condition for quality will be Allied Quality Assurance Publication (AQAP) 2110.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/018551-2026
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Has Options: Yes
Lot 1 Options: Any resulting Contract will include the following Contract Options to procure and provide In Service Support for an additional 2 x systems. Additional procurement and In Service Support of 1x system Additional procurement and In Service Support of 1x system Any resulting Contract 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. Further information on the option(s) will be provided in the Invitation to Tender. The Authority reserves the right to procure and support additional systems while the contract is valid, in addition to the options stated above.
Lot 1 Value: GBP 5,308,000.00
Lot 1 Value (Gross): GBP 6,369,000.00
Lot 1 Contract Start: 2026-12-16T00:00:00+00:00
Lot 1 Contract End: 2036-04-16T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Conditions of Participation PSQ (100%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PVRL-5831-GLMM",
"name": "Defence Equipment and Support"
},
"date": "2026-03-02T15:06:50Z",
"id": "018551-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-065c0e",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"region": "UKK12",
"streetAddress": "MOD Abbey Wood"
},
"contactPoint": {
"email": "DES-LESTSP-SEEC-Commercial@mod.gov.uk",
"name": "PROTECT DT"
},
"details": {
"classifications": [
{
"description": "Public authority - central government",
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://www.gov.uk/government/organisations/defence-equipment-and-support"
},
"id": "GB-PPON-PVRL-5831-GLMM",
"identifier": {
"id": "PVRL-5831-GLMM",
"scheme": "GB-PPON"
},
"name": "Defence Equipment and Support",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-12-16T23:59:59+00:00"
},
"description": "The requirement is for the Procurement and In-Service Support of 4 x Remote Case entry systems, with the option to purchase and support 2x additional systems if required. \nThe in-service support shall include, but not be limited to, the provision of spares, repairs, servicing and maintenance, training, and obsolescence management.\nThe Remote Case Entry system shall provide a portable abrasive cutting capability, capable of performing cuts either remotely or semi-remotely through materials up to 40mm thick mild steel cases of Air Dropped weapons, and it should be operable at a safe distance of 250m. The cutting process must be designed to generate no significant heat, thereby mitigating the risk of inadvertently triggering or activating any sensitive devices in the vicinity. The system is expected to be portable, deployable, and robust, suitable for use in all environmental conditions. It shall have a working area footprint of 3m (width) x 3m (depth) x 2m (height) and must be portable through a corridor measuring 1m wide, 3m long, and 2m high, while also being manoeuvrable through a 90-degree turn in a corridor that is 1m wide and 2m high.\nThe requirement is for the delivery of Initial Operating Capability (IOC) of x 1 system within 6 months of Contract Award. FOC (4 systems in total) shall be delivered within 1 year and 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) with options to extend the in-service support duration for a further 2 years.\nThe system shall provide means of viewing/monitoring the Case Entry action remotely in real time from the Incident Control Point (ICP).\nThe Risk Assessment Reference (RAR) number is RAR-SMB9GT8 resulting in a cyber risk profile of Level 1. A full description of the Cyber Risk levels is available at DEFSTAN 05-138. Suppliers should make themselves familiar with the requirements against the profile assessment for this risk level.\nThe Modern Slavery Risk Assessment has been identified as Medium for this procurement, the winning tenderer will be required to complete the Modern Slavery Assessment Tool (MSAT) post contract award- https://supplierregistration.cabinetoffice.gov.uk/msat \nThe highest classification of the requirements and data managed through any resulting Contracts is OFFICIAL-SENSITIVE.\nProspective contractors are required to hold Quality Management System certification to ISO9001:2015 or suitable alternative standard, with the appropriate scope to deliver contract requirements, issued by a Nationally Accredited Certification Body. You will be required to provide a copy of the certificate(s) as directed by any Procurement Specific Questionnaire (PSQ) or \nInvitation to Tender (ITT) associated with this Notice, and in any event, the winning supplier will be required to provide it for review prior to contract award. The contractual condition for quality will be Allied Quality Assurance Publication (AQAP) 2110.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"accessDetails": "PSQ Supporting documentation Ref 20260227_715728455_RCE_CoP_Support_Document_O, 20250218_MoD_Covered _Procurement_PSQ _Supplier_Explainer and 20260227_Project Specific Questionnaire_FAQs_O.\nFollowing completion of the PSQ evaluation, ITT documentation will be issued to all compliant Suppliers via DSP",
"documentType": "biddingDocuments",
"id": "future"
},
{
"datePublished": "2026-03-02T15:06:50Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "018551-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/018551-2026"
}
],
"enquiryPeriod": {
"endDate": "2026-03-27T14:00:00+00:00"
},
"expressionOfInterestDeadline": "2026-04-10T14:00:00+01:00",
"id": "715728455 - Procurement and In-Service Support of Remote Case Entry (RCE) System",
"items": [
{
"additionalClassifications": [
{
"description": "Bombs",
"id": "35333100",
"scheme": "CPV"
},
{
"description": "Weapons, ammunition and associated parts",
"id": "35300000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "Suppliers will be evaluated against both Qualification Technical criteria, with the top six highest scoring compliant Suppliers, in accordance with the evaluation criteria, will be invited to tender.\nQualification (Pass / Fail)\nPart 1 \u2013Confirmation of Core Supplier Information\nSupplier Guidance \nDocumentation\nPreliminary SI Basic Information\nPart 2 \u2013 Additional Exclusion Information\nAssociated Persons\nList of all Intended Sub-Contractors\nPart 3 \u2013 Conditions of Participation\nFinancial Assessment\nInsurance\nTechnical ability conditions of participation\nTechnical (Pass / Fail and Scored)\nRussian / Belarusian Entities\nEquality\nQuality Assurance \nHealth \u0026 Safety \nEvidence of Sub-Contractor Management\nEquipment Delivery \u2013 Scored \u2013 25%\nProject Management \u2013 Scored - 25%\nIntegrated Logistic Support (ILS) \u2013 Scored \u2013 25%\nSafety \u2013 Scored \u2013 25%\nQuestions where a \u2018fail\u2019 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",
"name": "Conditions of Participation PSQ",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2036-04-16T23:59:59+01:00",
"maxExtentDate": "2038-04-16T23:59:59+01:00",
"startDate": "2026-12-16T00:00:00+00:00"
},
"hasOptions": true,
"hasRenewal": true,
"id": "1",
"options": {
"description": "Any resulting Contract will include the following Contract Options to procure and provide In Service Support for an additional 2 x systems. \nAdditional procurement and In Service Support of 1x system\nAdditional procurement and In Service Support of 1x system\nAny resulting Contract will include the following Contract Options to extend the in-service support duration for a further 2 years:\nExtension of In-Service Support for an additional one-year period.\nExtension of In-Service Support for an additional one-year period. \nThe Authority reserve the right, at its absolute discretion, to not take up any or all the option(s) listed. Further information on the option(s) will be provided in the Invitation to Tender. \nThe Authority reserves the right to procure and support additional systems while the contract is valid, in addition to the options stated above."
},
"renewal": {
"description": "The right to additional purchases while the contract is valid.\nAny resulting Contract will include the following Contract Options to extend the in-service support duration for a further 2 years:\nExtension of In-Service Support for an additional one-year period.\nExtension of In-Service Support for an additional one-year period. \nThe 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"
},
"selectionCriteria": {
"criteria": [
{
"description": "The legal and financial capacity conditions of participation and the associated evaluation criteria are set out in the PSQ and PSQ supporting documentation.\nSuppliers, associated persons and tier one suppliers are required registered on the Central Digital Platform and share up-to-date information.\nThe 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.\nPlease see Part 3 in the PSQ for full information on financial requirements.\nPart 1 \u2013Confirmation of Core Supplier Information\nSupplier Guidance \nDocumentation\nPreliminary SI Basic Information\nPart 2 \u2013 Additional Exclusion Information\nAssociated Persons\nList of all Intended Sub-Contractors\nPart 3 \u2013 Conditions of Participation\nFinancial Assessment\nInsurance",
"type": "economic"
},
{
"description": "Part 3 \u2013 Conditions of Participation - Technical (Pass / Fail and Scored)\nRussian / Belarusian Entities\nEquality\nQuality Assurance \nHealth \u0026 Safety \nEvidence of Sub-Contractor Management\nEquipment Delivery \u2013 Scored \u2013 25%\nProject Management \u2013 Scored - 25%\nIntegrated Logistic Support (ILS) \u2013 Scored \u2013 25%\nSafety \u2013 Scored \u2013 25%\nQuestions where a \u2018fail\u2019 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.",
"type": "technical"
},
{
"description": "Following completion of the PSQ evaluation, all compliant suppliers shall be invited to Invitation to Tender (ITT) in accordance with the evaluation criteria.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"value": {
"amount": 5308000.0,
"amountGross": 6369000.0,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "goods",
"procedure": {
"features": "The Remote Case Entry Systems are currently being procured through the Competitive Flexible Procedure in accordance with the Procurement Act 2023 (\u0027The Act\u0027).\nThe following steps to arrive at contract award decision are as follow;\nProject Specific Questionnaire (PSQ) \u2013 All compliant suppliers shall be invited to Invitation to Tender (ITT). PSQ reference https://contracts.mod.uk/go/60830303019C95B13D90 \nInvitation to Tender, the evaluation shall have two stages;\nStage 1 - Paper Based evaluation \u2013 the top 3 compliant suppliers with the highest technical scores will progress to confirmation trials.\nStage 2 - Confirmation Trials \u2013 the proposed solution shall be tested against specific system requirements as set out in the ITT.\nFull information on how the procurement procedure, including evaluation criteria, strategy and stages of evaluation shall be provided within the ITT.\nThe Authority reserves the right under the Procurement Act 2023 to:\nTo cancel the procurement procedure at any stage.\nNot to award a contract as a result of the procurement process.\nMake 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))\nMake non substantial modifications, during a competitive flexible procedure, up to the deadline of the final tendering stage (section 31(2)(a))\nRefine or supplement the award criteria during a competitive flexible procedure (section 24(1))\nThe issue of the procurement specific questionnaire or MOD exempt procurement specific questionnaire is not a commitment by the Authority to subsequently issue an invitation to tender, invitation to negotiate or place a contract. Neither does the issue of this or subsequent documents create any implied contract between the Authority and any participant, and any such implied contract is expressly excluded."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"specialRegime": [
"defenceSecurity"
],
"status": "active",
"submissionMethodDetails": "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.\nPSQ reference can be found here - https://contracts.mod.uk/go/60830303019C95B13D90",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"title": "715728455 - Procurement and In-Service Support of Remote Case Entry (RCE) System - UK4",
"value": {
"amount": 5308000.0,
"amountGross": 6369000.0,
"currency": "GBP"
}
}
}