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
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityProcurement of Radiation Identification Equipment (RIE) & Check Sources |
II.1.2)
|
Type of supplies contract
 |
|
 |
|
 |
|
 |
|
 |
|
Main site or location of works, place of delivery or performance
DSTL Alverstoke UK |
II.1.3)
|
Information on framework agreement
 |
|
|
II.1.4)
|
Information on framework agreement (if applicable)
 |
|
 |
|
|
|
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 |
|
|
|
|
|
II.1.7)
|
Information about subcontracting
 |
|
 |
|
 |
|
 |
|
 |
|
|
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 scopePurchase 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 completion24 |
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
 |
|
 |
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
IV.1.1)
|
Type of Procedure
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate36 |
|
|
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
 |
|
|
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
 |
|
 |
|
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
|
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 |