ÂÜÀòÔ­´´

ÂÜÀòÔ­´´ Tenders

26 April 2026

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type Tender

No. of Lots 1

Status Active

Published 23rd Apr 2026

Tender Details
Referenceocds-h6vhtk-05586e
Common Procurement VocabularyEngineering design services
Procurement MethodOpen procedure
Value£2,500,000
« Previous Page

United Kingdom

Category Services

Type Tender

No. of Lots 1

Status Active

Published 23rd Apr 2026

Tender Details
Referenceocds-h6vhtk-05586e
Common Procurement VocabularyEngineering design services
Procurement MethodOpen procedure
Value£2,500,000

Scope

Reference

715245452-13 Pounder Design Organisation (DO)

Description

This procurement seeks to competitively appoint a suitably qualified Design Organisation (DO) to provide through‑life design authority, engineering assurance, configuration management, and technical documentation support for the Ordnance Quick Fire 13‑Pounder ceremonial guns operated by The King’s Troop Royal Horse Artillery.

Total value (estimated)

  • £2,500,000 excluding VAT
  • £3,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 13 October 2026 to 15 October 2029
  • Possible extension to 8 October 2030
  • 3 years, 11 months, 27 days

Description of possible extension:

1 Option Year after the end of initial contract

Options

The right to additional purchases while the contract is valid.

1 Option Year after the end of initial contract

Main procurement category

Services

CPV classifications

  • 71320000 - Engineering design services

Contract locations

  • UK - United Kingdom

Participation

Legal and financial capacity conditions of participation

Legal Status and Capacity

Suppliers must be legally constituted organisations capable of entering into a binding contract. Evidence must be provided in the form of a Certificate of Incorporation, Partnership Agreement, or equivalent legal documentation, together with a valid Company Registration Number. Where a bid is submitted by a consortium or group, suppliers must also clearly describe the legal and governance structure, identify the lead member, and explain the role of each participating entity.

Exclusion and Eligibility Compliance

Suppliers are required to confirm that they are eligible to participate in the procurement and are not subject to any mandatory or discretionary exclusion grounds under UK procurement legislation. This includes confirmation that the supplier is not listed on the UK Debarment List. Suppliers must ensure their core supplier information, connected person details, and exclusion information are registered on the Central Digital Platform and shared with the Authority. Any Associated Persons relied upon to meet the Conditions of Participation must also meet these requirements.

Sanctions and Geographic Restrictions

Suppliers must confirm that neither they nor any part of their intended supply chain is constituted or organised under the laws of Russia or Belarus, nor owned or controlled, in whole or in part, by Russian or Belarusian persons or entities. Compliance must account for ownership, control, and supply chain relationships, subject only to the limited treaty‑based exceptions set out in the PSQ.

Legal and Regulatory Compliance

Suppliers must confirm compliance with all relevant UK statutory obligations applicable to contract delivery. This includes compliance with equality legislation under the Equality Act 2010 and associated regulations, and with the Modern Slavery Act 2015 where applicable. Suppliers with a turnover of £36 million or more must have published a compliant Modern Slavery Statement, or provide credible assurance that compliance will be achieved prior to contract award.

Financial Standing and Viability

Suppliers must demonstrate that they have sufficient financial capacity to perform the contract. This includes providing turnover figures for the last two financial years, signed statutory accounts covering up to three accounting periods where available, a current cashflow forecast, and bank evidence confirming access to sufficient cash or credit facilities. Suppliers trading for less than one year must provide alternative evidence of financial standing. Where a supplier relies on a guarantor, full financial information and supporting evidence for the guarantor must also be provided.

Insurance Cover

Suppliers must confirm that they hold, or commit to obtaining by contract award, adequate levels of insurance to support contract delivery. As a minimum, this includes Employer’s Liability Insurance of £10 million, Public Liability Insurance of £10 million, and Professional Indemnity Insurance of £3 million. Details of existing policies or a clear plan for obtaining the required cover must be provided.

Technical ability conditions of participation

Allows for equivalent qualifications and standards

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

15 May 2026, 11:59pm

Tender submission deadline

29 May 2026, 11:59pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

13 October 2026


Award criteria

Name Description Type Weighting
Technical

Technical Evaluation

The Technical Evaluation assesses the bidder’s ability to deliver the Design Organisation role safely, compliantly, and effectively across the equipment lifecycle. Technical...

quality represents 90% of the total quality score and is subject to a minimum pass threshold of 70%. Any tender failing to meet this threshold will be rejected and will not proceed to the Value for Money assessment.

Technical evaluation is structured across three areas:

Engineering

This assesses the robustness and maturity of engineering governance, lifecycle management, and control arrangements. It includes evaluation of the Supplier Engineering Management Plan (SEMP), alignment with ISO 15288, risk and opportunity management, quality assurance systems, resource and SQEP management, stakeholder engagement, configuration management aligned to relevant DEFSTANs and DEFCONs, technical documentation management, and the handling and stewardship of Government Furnished Information (GFI). Responses must demonstrate Defence‑specific understanding, clear processes, and evidence of delivery from previous programmes.

Project Management

This assesses the bidder’s approach to planning, scheduling, governance, and control of the Design Organisation function. Evaluation covers project planning and milestones, reporting and escalation mechanisms, risk, issue and change management, and communications and stakeholder engagement throughout the project lifecycle.

Maintenance

This evaluates how through‑life support has been considered at the design stage. It includes availability, reliability, maintainability and testability, handling, storage and transport, technical information control, obsolescence and material availability management, and through‑life innovation aimed at reducing future support burden and improving long‑term cost efficiency.

All technical responses are scored on a 0–4 scale, where higher scores reflect increasing levels of compliance and added value.

Quality 90%
Social Value

Social Value Evaluation

Social Value represents 10% of the total quality score and is assessed in line with the Government Social Value Model and PPN guidance. Bidders are expected to demonstrate...

credible, measurable commitments that will be delivered through the contract.

The evaluation covers three equally weighted themes:

Fair Work

This includes fair pay and working conditions, high‑quality job creation, in‑work progression, staff engagement, and identification and management of modern slavery risks within the supply chain.

Employment and Training for Those Who Face Barriers to Employment

This assesses how the bidder will create opportunities for under‑represented or disadvantaged groups, including inclusive recruitment practices, apprenticeships and training, actions to address skills shortages, and measures to tackle inequality in employment, skills, and pay.

Health and Wellbeing

This evaluates support for physical and mental wellbeing within the contract workforce, including wellbeing strategies, access to support services, and actions to address health inequalities.

Social Value responses are scored on a 0–4 scale, with higher scores awarded where clear added value and robust delivery arrangements are demonstrated.

Quality 10%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open 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: David Livingston

Email: david.livingston104 [at] mod.gov.uk

Website:

Region: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Organisation type: Public authority - central government