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.

VEAT

BRACIS

  • First published: 12 February 2018
  • Last modified: 12 February 2018
  • 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:
Published by:
Ministry of Defence
Authority ID:
AA76012
Publication date:
12 February 2018
Deadline date:
-
Notice type:
VEAT
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The term of the contract will be 3 years with options for 2 further years. The total cost of the contract will be circa. GBP 3 750 000. The Update, Subscription, Support and Training is required to:

— Update and maintain the alignment of the BRACIS application with the prevailing NATO doctrine; Allied Technical Publication (ATP) 45, Allied Equipment Publications (AEP) 45 and Emergency Response Guide (ERG) Data;

— Supply updated software annually;

— Supply technical software support to the BRACIS application on the stand alone and tactical platforms,

— Provide enhanced BRACIS training to Defence CBRN Centre Winterbourne Gunner.

Full notice text

Voluntary ex ante transparency notice

Directive 2009/81/EC

Section I: Contracting authority

I.1) Name and addresses

Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT)

Abbey Wood

Bristol

BS34 8JH

UK

Telephone: +44 1179132548

E-mail: Alexander.Caddick104@mod.gov.uk

NUTS: UKK1

Internet address(es)

Main address: https://www.gov.uk/government/organisations/ministry-of-defence

I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Defence

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

BRACIS

Reference number: CBRN/00207

II.1.2) Main CPV code

35113200

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Defence Equipment and Support (DE&S), Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT), which is part of the UK Ministry of Defence (the MOD) intends to proceed with a single source procurement for the Subscription, Update, Support and Training for the Biological, Radiological and Chemical Information System (BRACIS) Warning and Reporting (W&R) Application. BRACIS is the MODs in service warning and reporting software; which must be compliant with North Atlantic Treaty Organisation (NATO) Doctrine and Policy; and be interoperable with our NATO partners.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 3 750 000.00  GBP

II.2) Description

II.2.3) Place of performance

NUTS code:

UKK1


Main site or place of performance:

Gloucestershire, Wiltshire and Bristol/Bath area.

II.2.4) Description of the procurement

The term of the contract will be 3 years with options for 2 further years. The total cost of the contract will be circa. GBP 3 750 000. The Update, Subscription, Support and Training is required to:

— Update and maintain the alignment of the BRACIS application with the prevailing NATO doctrine; Allied Technical Publication (ATP) 45, Allied Equipment Publications (AEP) 45 and Emergency Response Guide (ERG) Data;

— Supply updated software annually;

— Supply technical software support to the BRACIS application on the stand alone and tactical platforms,

— Provide enhanced BRACIS training to Defence CBRN Centre Winterbourne Gunner.

II.2.11) Information about options

Options: Yes

Description of options:

2 Option years to be included within contract.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Award of a contract without prior publication of a call for competition

Justification for selected award procedure:

The contract has as its object services listed in Annex II B to the directive

Explanation:

The Defence Equipment and Support (DE&S), Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT), which is part of the UK Ministry of Defence (the MOD) intends to proceed with a single source procurement for the Subscription, Update, Support and Training for the Biological, Radiological and Chemical Information System (BRACIS) Warning and Reporting (W&R) Application. BRACIS is the MODs in service warning and reporting software; which must be compliant with North Atlantic Treaty Organisation (NATO) Doctrine and Policy; and be interoperable with our NATO partners.

The term of the contract will be three years with options for 2 further years. The total cost of the contract will be circa. GBP 3 750 000. The Update, Subscription, Support and Training is required to:

— Update and maintain the alignment of the BRACIS application with the prevailing NATO doctrine; Allied Technical Publication (ATP) 45, Allied Equipment Publications (AEP) 45 and Emergency Response Guide (ERG) Data,

— Supply updated software annually,

— Supply technical software support to the BRACIS application on the stand alone and tactical platforms,

— Provide enhanced BRACIS training to Defence CBRN Centre Winterbourne Gunner,

DE&S intend to award the contract using the negotiated procedure without prior publication of a contract notice; in accordance with Article 28 (1)(e) of Directive 2009/81/EC (DPSCR 2011 regulation 16(1)(a)(ii)) to the proprietary software owners Bruhn NewTech (BNT). BNT are the only commercial organisation that have the technical expertise in NATO doctrine to update BRACIS and fulfil the obligations of the contract within the mandated timescales,

— BRACIS has not been updated since 2012. BNT are subject matter experts (SME) in the field of CBRN W&R; this area of technical expertise is recognised by NATO. BNT are the only commercial organisation invited by NATO as SME consultants to the NATO Doctrine Steering Groups; BNT provide up-to-date technical information to these groups to develop CBRN W&R doctrine and policies,

— BNT have developed the software incrementally over 20 years. The software is based on the development of AEP-45, their technical expertise in the NATO CBRN W&R doctrine and policies allows BNT to correct and modify the software to account for errors in the original doctrine. These bespoke improvements are not captured in the doctrine; therefore, only BNT can provide the in house technical support to support BRACIS.

This notice is not a request for expression of interest so please do not apply to be invited to tender. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis, and is published for reasons of transparency. If you are interested in becoming a subcontractor for this requirement, you should apply directly to the supplier named within this notice.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

Section V: Award of contract/concession

V.2 Award of contract/concession

V.2.1) Date of conclusion of the contract/concession

06/02/2018

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Bruhn NewTech Limited

2 Netherhampton Rd

Salisbury

UK

Telephone: +44 1722417000

E-mail: eje@newtech.dk

NUTS: UKK1

The contractor is an SME: No

V.2.4) Information on value of the concession and main financing terms (excluding VAT)

Total value of the concession/lot: 3 750 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.

https://www.gov.uk/government/publications/government-security-classifications

Advertising Regime OJEU: This contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk GO Reference: GO-201827-DCB-11861303.

VI.4) Procedures for review

VI.4.1) Review body

Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT)

Bristol

UK

Telephone: +44 3067939040

E-mail: Alexander.Caddick104@mod.gov.uk

VI.5) Date of dispatch of this notice

07/02/2018

Coding

Commodity categories

ID Title Parent category
35113200 Nuclear, biological, chemical and radiological protection equipment Safety equipment

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:
Alexander.Caddick104@mod.gov.uk
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.