Tender

Procurement of Radiation Identification Equipment (RIE) & Check Sources

  • Ministry of Defence

F17: Contract notice for contracts in the field of defence and security

Notice identifier: 2023/S 000-009868

Procurement identifier (OCID): ocds-h6vhtk-03bc95

Published 4 April 2023, 6:29pm



Section one: Contracting authority/entity

one.1) Name, addresses and contact point(s)

Ministry of Defence

Abbey Wood

Bristol

BS34 8JH

Contact

Caroline.McLaughlin108@mod.gov.uk

For the attention of

Mclaughlin Caroline

Email(s)

caroline.mclaughlin108@mod.gov.uk

Country

United Kingdom

Internet address(es)

General address of the contracting authority/entity

https://des.mod.uk

Further information

Further information can be obtained from the above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from

The above-mentioned contact point(s)

Tenders or requests to participate must be sent to

The above-mentioned contact point(s)

one.2) Type of the contracting authority

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

one.3) Main activity

Defence

one.4) Contract award on behalf of other contracting authorities/entities

The contracting authority is purchasing on behalf of other contracting authorities:

No


Section two: Object of the contract

two.1) Description

two.1.1) Title attributed to the contract by the contracting authority

Procurement of Radiation Identification Equipment (RIE) & Check Sources

two.1.2) Type of contract and location of works, place of delivery or of performance

Supplies

Purchase

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

DSTL Alverstoke

NUTS code

  • UK - United Kingdom

two.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.

two.1.6) Common procurement vocabulary (CPV)

  • 35113200 - Nuclear, biological, chemical and radiological protection equipment

Additional CPV code(s)

  • 38341600 - Radiation monitors

two.1.7) Information about subcontracting

The successful tenderer is obliged to subcontract the following share of the contract: minimum percentage: 18.6(%) maximum percentage: 30(%) of the value of the contract

The successful tenderer is obliged to specify which part or parts of the contract it intends to subcontract beyond the required percentage and to indicate the subcontractors already identified

two.1.8) Lots

This contract is divided into lots: No

two.1.9) Information about variants

Variants will be accepted: No

two.2) Quantity or scope of the contract

two.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

Estimated value excluding VAT:

£4,300,000

two.2.2) Information about options

Options: No

two.2.3) Information about renewals

This contract is subject to renewal: No

two.3) Duration of the contract or time limit for completion

Duration in months: 24 (from the award of the contract)


Section three. Legal, economic, financial and technical information

three.1) Conditions relating to the contract

three.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.

three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Payment follows delivery and acceptance of the goods.

three.1.3) Legal form to be taken by the group of economic operators 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.

three.2) Conditions for participation

three.2.1) Personal situation

Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: 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.

Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: This will be defined in the PQQ or tender documentation if applicable.

three.2.2) Economic and financial ability

Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: This will be defined in the PQQ or tender documentation if applicable.

Minimum level(s) of standards possibly required: This will be defined in the PQQ or tender documentation if applicable.

Criteria regarding the economic and financial standing of subcontractors (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: This will be defined in the PQQ or tender documentation if applicable.

Minimum level(s) of standards possibly required: This will be defined in the PQQ or tender documentation if applicable.

three.2.3) Technical and/or professional capacity

Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: This will be defined in the PQQ or tender documentation if applicable.

Minimum level(s) of standards possibly required: This will be defined in the PQQ or tender documentation if applicable.

Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)

Information and formalities necessary for evaluating if the requirements are met: This will be defined in the PQQ or tender documentation if applicable.

Minimum level(s) of standards possibly required: This will be defined in the PQQ or tender documentation if applicable.


Section four: Procedure

four.1) Type of procedure

four.1.1) Type of procedure

Negotiated

Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no

four.1.2) Limitations on the number of operators who will be invited to tender or to participate

Envisaged minimum number 3 and maximum number 6

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.

four.1.3) Reduction of the number of operators during the negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated: no

four.2) Award criteria

four.2.1) Award criteria

the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

four.2.2) Information about electronic auction

An electronic auction has been used: no

four.3) Administrative information

four.3.1) File reference number attributed by the contracting authority

CBRN/00300

four.3.2) Previous publication(s) concerning the same contract

no

four.3.3) Conditions for obtaining specifications and additional documents or descriptive document

Time limit for receipt of requests for documents or for accessing documents: 21 April 2023 - 11:59pm

Payable documents: no

four.3.4) Time limit for receipt of tenders or requests to participate

5 May 2023 - 11:59pm

four.3.6) Language(s) in which tenders or requests to participate may be drawn up

English


Section six: Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about European Union funds

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

six.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.

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

MOD

Abbey Wood

Bristol

BS34 8JH

Country

United Kingdom

six.4.1) Body responsible for mediation procedures

MOD

Abbey Wood

Bristol

BS34 8JH

Country

United Kingdom