Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
Bristol
BS34 8JH
Contact
Maia Harris
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
Additional information can be obtained from the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Defence
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Procurement and In-Service Support for Radiological and Nuclear Detector
Reference number
707397450
two.1.2) Main CPV code
- 35113200 - Nuclear, biological, chemical and radiological protection equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
The DE&S Specialist Explosive Ordnance and Disposal (EOD), Exploitation and Countermeasures (SEEC) Delivery Team (DT) have initiated a project for the Procurement and In-Service Support of a Radiological and Nuclear detector. The user group require the equipment to be capable of detecting both Gamma and Neutron emissions, monitor radiation levels to allow localisation of source and identify radioactive isotopes. A key component of the capability is that it can be mounted permanently (if required) onto the L3Harris T7 remote control vehicle (RCV). Furthermore, the capability must be able to display the information in real time to operators at the Incident control point (ICP) location and not hinder the routine operations of the RCV.
The aspiration is that the detector can interface (through both software & hardware) with the L3Harris T7 and therefore prospective interested parties in this upcoming tender need to be content with sharing and collaboration activity with L3Harris to maximise this integration. Moreover, equipment testing at ITT and post contract award by DE&S may be required.
The current assumption is that the solution is likely to be Modified Off The Shelf (MOTS) and will include a requirement for through-life support for the capability. Through-life support will include spares, repairs, software updates, safety and configuration/ obsolescence management. The expectation is this capability will be in-service 2025 – 2035 although this is subject to change.
Full details shall be included at the Contract Notice and Invitation to Tender phase of the competition.
two.1.5) Estimated total value
Value excluding VAT: £3,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35000000 - Security, fire-fighting, police and defence equipment
- 50600000 - Repair and maintenance services of security and defence materials
- 75221000 - Military defence services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The DE&S Specialist Explosive Ordnance and Disposal (EOD), Exploitation and Countermeasures (SEEC) Delivery Team (DT) have initiated a project for the Procurement and In-Service Support of a Radiological and Nuclear detector. The user group require the equipment to be capable of detecting both Gamma and Neutron emissions, monitor radiation levels to allow localisation of source and identify radioactive isotopes. A key component of the capability is that it can be mounted permanently (if required) onto the L3Harris T7 remote control vehicle (RCV). Furthermore, the capability must be able to display the information in real time to operators at the Incident control point (ICP) location and not hinder the routine operations of the RCV.
The aspiration is that the detector can interface (through both software & hardware) with the L3Harris T7 and therefore prospective interested parties in this upcoming tender need to be content with sharing and collaboration activity with L3Harris to maximise this integration. Moreover, equipment testing at ITT and post contract award by DE&S may be required.
The current assumption is that the solution is likely to be Modified Off The Shelf (MOTS) and will include a requirement for through-life support for the capability. Through-life support will include spares, repairs, software updates, safety and configuration/ obsolescence management. The expectation is this capability will be in-service 2025 – 2035 although this is subject to change.
Full details shall be included at the Contract Notice and Invitation to Tender phase of the competition.
The classification of the requirement is up to and including OFFICIAL-SENSITIVE.
two.3) Estimated date of publication of contract notice
30 June 2023
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section six. Complementary information
six.3) Additional information
Procurement Timescales & Contract Value
The estimated total contract value is circa £3m for a 5 year contract with the option to extend for a further 2 years. Estimated timescales are Pre-Qualification Questionnaire (PQQ) mid 2023, Invite to Tender early 2024 and entry to service late 2024.
Early Engagement and Market Intelligence
The Authority is interested in understanding the capabilities in the market to help inform the development of the requirement. Please provide a brief of up to 750 words detailing your capability and potential solutions to the requirement along with a price list and any potential risk/ issues that the Authority should consider. Please also include further information on the product maturity/ technology readiness level in line with the enter service date of 2024.
Your brief should be addressed to Maia.Harris135@mod.gov.uk. Please provide your brief no later than 19 May 2023.
This information shall not be used by the Authority to down select but shall help inform the development of the requirement and contracting strategy only.
Industry Day
Prior to initiating the procurement, the Authority intends to hold an Industry Day (date and location to be confirmed). Attendance will be by application only and the details of that process will be briefed in due course to the responders of this PIN.
The purpose of the industry day, and the follow-on engagement, is principally to brief the CMD requirement, without commitment at this stage, and to:
- Help MOD better understand market capability
- Ensure that the requirement is accurately understood and deliverable
- Invite industry, on a 1 to 1 basis, to showcase their capabilities to effectively develop and implement potential solutions, whilst mitigating the key risks
Contract Notice and Pre-Qualification
The Authority intends to publish a Contract Notice and initiate Supplier Selection in 2023 with a Dynamic Pre-Qualifying Questionnaire (DPQQ) to follow thereafter. Full details on how to express your interest in this requirement shall be published in the Contract Notice.
Further Information
You must not take this announcement to mean confirmation that MOD shall award a contract for this requirement. The MOD is publishing this announcement without any commitment to issue a tender or place a contract. Accordingly, any expenditure, work or effort undertaken before contract award is a matter solely for the commercial judgement of potential suppliers.