Published date: 19 December 2024

Last edited date: 19 December 2024

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 21 March 2025, 12pm

Contract summary

Industry

  • Packaging and related services - 79920000

  • Packaging services - 79921000

Location of contract

Any region

Value of contract

£58,000,000

Procurement reference

tender_446314/1436611

Published date

19 December 2024

Closing date

21 March 2025

Closing time

12pm

Contract start date

2 March 2026

Contract end date

3 March 2031

Contract type

Service contract

Procedure type

Restricted procedure (above threshold)

A two-stage procedure, where the first stage is used to select suppliers, who are then invited to bid in the second stage.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


Description

a) APMT intend to contract the requirement of the provision of a 3-year contract to support the future and ongoing supply of the Munition Packaging Service. The Authority requires a suite of the following:

b) The range of munitions packaging in scope covers approximately 60 container types, and associated internal packaging, ranging from pallet sized Unit Load Specifications (ULS) for artillery ammunition to Small Arms Ammunition Containers and other common user items. The packaging catalogue can be broadly ranged from the high value, low volume to the low value, high volume.

c) Any waste generated because of the processing, refurbishment, stock management and obsolesce must, once approved by the PT, be disposed of in the most cost effective and environmentally friendly manner. More detail provided within Areas 1 and 9. This process should be affirmed within an Environmental Management Plan and Disposal Management Plan. Wherever possible options should contain a 'gainshare' solution that will see value returned to the Authority.

d) To maintain visibility of the complete Supply Chain and its inventory, a warehouse stock management system must be used to manage inventory quantities, works in progress status, condition, and location. All stock must be accounted for using a recognised NATO Stock Number (NSN) or drawing number if an NSN is unavailable. Any newly manufactured or procured items will be codified by the Authority in accordance with DEFCON 117.

e) This SOR scopes out nine major areas which are core obligations that must be supported:

Area 1 - Refurbishment:

Area 2 - Post-Design Services:

Area 3 - Sourcing and Procurement of Internal Packaging:

Area 4 - 1814kg NATO 2 Tonne pallets and Pallet Tray:

Area 5 - Container Security Seals:

Area 6 - Warehousing:

Area 7 - Recycling:

Area 8 - Procurement of new ammunition containers

Area 9 - Project & Contract Management

bidders can bid for 2 lots, either all of the areas above or area 8 only.

Access the DPQQ via the Defence Sourcing Portal (DSP)


About the buyer

Address

Filton Abbey Wood, Bristol BS34 8JH
Bristol
BS34 8JH
England

Email

adam.alsbury368@mod.gov.uk