Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Procurement of Radiation Identification Equipment (RIE) & Check Sources

  • First published: 05 April 2023
  • Last modified: 05 April 2023
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03bc95
Published by:
Unknown
Authority ID:
AA47308
Publication date:
05 April 2023
Deadline date:
-
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Full notice text

CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Ministry of Defence

Abbey Wood

Bristol

BS34 8JH

UK

Caroline.McLaughlin108@mod.gov.uk

Mclaughlin Caroline


caroline.mclaughlin108@mod.gov.uk


https://des.mod.uk


Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Procurement of Radiation Identification Equipment (RIE) & Check Sources

II.1.2)

Type of supplies contract

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

Main site or location of works, place of delivery or performance

DSTL Alverstoke


UK

II.1.3)

Information on framework agreement

Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds seven years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The Chemical, Biological, Radiological & Nuclear (CBRN) Delivery Team are looking to place a 2-year contract for the manufacture, supply and delivery of Radiation Identification Equipment (RIE) and the purchase of Radioactive Check Sources.

RIE is part of the Deployed Force Radiological Detection & Monitoring Equipment (DFRDME) suite. For clarity, this requirement does not include any other parts of the DFRDME suite of equipment.

The specific type of check source we require is supplied by HTSL - ISOTRAK Product Code: QCRB5203 – DRG No. VZ-2263. The successful supplier will be required to subcontract to HTSL for this part of the contract.

II.1.6)

Common Procurement Vocabulary (CPV)

35113200
38341600

II.1.7)

Information about subcontracting

Unchecked box
Unchecked box
Unchecked box
Checked box
Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Purchase of Check Source - ISOTRAK Product Code: QCRB5203 – DRG No: VZ-2263 (Item 2)

The contract will cover procurement only. The scope includes two different items.

The Key User Requirements are defined below:

Item 1: RIE

a) The supply of QTY 60 RIE units.

b) The [System] shall identify photon [Gamma] emitting radionuclides.

c) The [System] shall only give positive identification of radionuclide when minimum specified confidence level has been reached.

d) The [System] shall have a saturation point not lower than the level specified.

e) The [System] shall display the maximum system reading possible when saturated.

f) The [System] shall comply with security legislation.

g) The [System] shall comply with UK and NATO security measures.

h) The [System] shall be provided with hazardous material safety data sheets and training/operator materials.

i) The [System] shall store collected Spectral data.

j) ‘Test Before First Use’ certification upon delivery in compliance with DefStan 05-055 Pt3.

k) Spares to enable the Authority's support organisation to maintain RIE (supplier to recommend an initial spares package).

Item 2: Check Source

a) The supply of QTY 450 Check Source (ISOTRAK Product Code: QCRB5203 – DRG No. VZ-2263) units.

b) The [System] shall comply with security legislation.

c) The [System] shall comply with UK and NATO security measures.

d) Consistency of activity and nuclide mix to be within ±5% across the full delivery quantity.

Additional information for both items: RIE and Check Source (ISOTRAK Product Code: QCRB5203 – DRG No. VZ-2263)

Tenderers will be required to provide a First Article at the ITN stage to enable the Authority to conduct Radiological Verification Testing during the competition. All testing shall be conducted by Defence Science and Technology Laboratories (DSTL) and testing criteria will be issued with tender documentation. Only one First Article will need to be supplied by each Tenderer, the exact requirement and testing strategy will be defined within the ITN documentation.

Please note that the initial purchase quantities and contract length specifications and/or scope provided in this Contract Notice are estimations. The Authority reserves the right to revise actual numbers prior to the ITN documentation being issued.

The Authority is seeking Commercial Off the Shelf (COTS) items that can withstand an operational military/dismounted first responder-type environment (as will be specified in the ITN). The Authority will not pay for modifications or changes to COTS items to meet these requirements.

The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low (Reference - RAR-718682969).

Prospective suppliers must submit a response for both items. Tenders for only one item will not be accepted.

The estimated value excluding VAT (figure provided below) is divided between the two items as follows:

Item 1 - RIE = £3.5m

Item 2 - Check Source = £0.8m

4300000
GBP

II.2.2)

Information about options

Provisional timetable for recourse to these options

II.2.3)

Information about renewals



II.3)

Duration of the contract or limit for completion

24

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

The Authority reserves the right to ask for an indemnity, guarantee or bank bond if the supplier does not meet the required standard for economic and financial standing within the PQQ.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Payment follows delivery and acceptance of the goods.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering into the contract.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.1.5)

Information about security clearance


III.2)

Conditions for Participation

III.2.1)

Personal situation



Potential Providers will be required to complete a Pre-Qualification Questionnaire (PQQ). If successful at the PQQ stage they will be required to complete a Statement Relating to Good Standing as part of their tender response.




This will be defined in the PQQ or tender documentation if applicable.

III.2.2)

Economic and financial standing



This will be defined in the PQQ or tender documentation if applicable.

This will be defined in the PQQ or tender documentation if applicable.


This will be defined in the PQQ or tender documentation if applicable.

This will be defined in the PQQ or tender documentation if applicable.

III.2.3)

Technical and/or professional capacity



This will be defined in the PQQ or tender documentation if applicable.

This will be defined in the PQQ or tender documentation if applicable.


This will be defined in the PQQ or tender documentation if applicable.

This will be defined in the PQQ or tender documentation if applicable.

III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure

IV.1.1)

Type of Procedure


Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box

Justification for the choice of accelerated procedure

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

36

Objective criteria for choosing the limited number of candidates

The Authority will use the DPQQ response to create a shortlist of tenderers who:

(1) are eligible to participate;

(2) fulfil any minimum economic, financial, professional, and technical standards; and

(3) best meet, in terms of capacity and capability, the selection criteria set out in this notice and the DPQQ.

If 2 or more suppliers receive the same score, resulting in more than 6 becoming eligible for an invitation to tender, the Authority will review the economic and financial positions as the basis for evaluation. The supplier with the higher economic and financial position will be taken forward.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

CBRN/00300

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 21-4-2023  23:59

 


IV.3.4)

Time-limit for requests to participate

 5-5-2023  23:59

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

Section VI: Complimentary Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall only be made via CP&F.

Suppliers Instructions

How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once)

- Browse to the eSourcing Portal

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)

- Click on the relevant PQQ to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available).

If you require any further assistance please consult the online help, or contact the eTendering help desk.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


MOD

Abbey Wood

Bristol

BS34 8JH

UK




Body responsible for mediation procedures


MOD

Abbey Wood

Bristol

BS34 8JH

UK




VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 4-4-2023

Coding

Commodity categories

ID Title Parent category
35113200 Nuclear, biological, chemical and radiological protection equipment Safety equipment
38341600 Radiation monitors Apparatus for measuring radiation

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.