Tender

In-service support of Biological Surveillance Collector System
Link to DPQQ: https://contracts.mod.uk/go/408596160179AD86E603

  • Ministry of Defence

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

Notice identifier: 2021/S 000-013820

Procurement identifier (OCID): ocds-h6vhtk-02bd6f

Published 17 June 2021, 10:45pm



Section one: Contracting authority/entity

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

Ministry of Defence

BS34 8JH

Bristol

For the attention of

Claire Byrne

Email(s)

Claire.Byrne316@mod.gov.uk

Country

United Kingdom

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

In-service support of Biological Surveillance Collector System

Link to DPQQ: https://contracts.mod.uk/go/408596160179AD86E603

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

Services

Service category No 1: Maintenance and repair services

two.1.5) Short description of the contract or purchase(s)

The Chemical, Biological, Radiological and Nuclear Protection (CBRN) Delivery Team require In-Service Support (ISS) for the Biological Surveillance Collector System (BSCS).

BSCS is the UK’s capability for high confidence detection of Biological Warfare Agents (BWA) across a wide area. This is achieved through the analysis, in a combined command and analysis node, of samples gathered from a series of dispersed non-networked environmental sample collectors.

two.1.6) Common procurement vocabulary (CPV)

  • 50000000 - Repair and maintenance services

Additional CPV code(s)

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

two.1.7) Information about subcontracting

The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed

The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract

The contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts

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

The Chemical, Biological, Radiological and Nuclear Protection (CBRN) Delivery Team require In-Service Support (ISS) for the Biological Surveillance Collector System (BSCS).

BSCS is the UK’s capability for high confidence detection of Biological Warfare Agents (BWA) across a wide area. This is achieved through the analysis, in a combined command and analysis node, of samples gathered from a series of dispersed non-networked environmental sample collectors.

The contract will have a duration of 6 years with 4 option years. The successful contractor will be required to manage all aspects of In-Service Support for the UK’s Biological Warfare Agent (BWA) detection capability including the integration of GFE components. Respondents will be asked to complete a Pre-Qualification Questionnaire (PQQ). Applicants that are assessed as successful at PQQ will be invited to submit a competitive Tender for the contract.

The primary objective of the contract will be to Deliver an affordable Support Solution for BSCS, ensuring that the required levels of BSCS availability are maintained. This includes:

• Project Management;

• In Service Support;

• Supply of replacement Capital Equipment and Spares;

• Routine Calibration and Servicing;

• Quality Management;

• Configuration Management of BSCS Documentation;

• Maintenance and updating of BSCS Technical Documentation;

• Maintenance, development and delivery of Managed Training Packages (train the trainer);

• Equipment Management and Obsolescence Management;

• IT and Software Management;

• Repair and Maintenance;

• Support to Safety Case Management;

• Support to Security Management;

• Post Design Services/Technical Support Services.

Note: As part of this contract, the successful bidder will be directed to purchase BioConsumables from Biofire Defense (https://www.biofiredefense.com/)

Due to the nature of the programme, the winning bidder will be required to access classified material on UK programmes. Therefore, companies who express an interest must confirm their List X status or their willingness to undergo and complete the security accreditation procedures required to achieve List X status before ITT issue. It is expected that bids may also include specialist sub-contractors who may not be List X.

The winning bidder may be a company or consortium. However, any consortium must be identified at pre-qualification stage prior to Invitation to Tender (ITT) issue. Interested organisations/consortia must show knowledge and experience relevant to BWA detection and analysis, providing deployable military working environments, air sampling and collection and system engineering. Good knowledge of UK battlefield infrastructure and communications will also be highly favourable.

Elements of this project require specific personnel from any potential Supplier, and/or agents in the Supply Chain, to be residents of the UK or Gibraltar, with appropriate Personal Security. The potential Supplier also needs to hold, or be willing to obtain, List X status prior to contract award.

two.2.2) Information about options

Options: No

two.2.3) Information about renewals

This contract is subject to renewal: No


Section three. Legal, economic, financial and technical information

three.1) Conditions relating to the contract

three.1.1) Deposits and guarantees required

This will be detailed in the ITN

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

This will be detailed in the ITN

three.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

This will be detailed in the ITN

three.1.5) Information about security clearance

Candidates which do not yet hold security clearance may obtain such clearance until: 23 August 2021

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: 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.

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: 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.

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 detailed in the ITN

Minimum level(s) of standards possibly required: This will be detailed in the ITN

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 detailed in the PQQ/ITN

Minimum level(s) of standards possibly required: This will be detailed in the PQQ/ITN

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: Due to the nature of the programme, the winning bidder will be required to access classified material on UK programmes. Therefore, companies who express an interest must confirm their List X status or their willingness to undergo and complete the security accreditation procedures required to achieve List X status before ITT issue. It is expected that bids may also include specialist sub-contractors who may not be List X.

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 detailed in the PQQ/ITN

Minimum level(s) of standards possibly required: This will be detailed in the PQQ/ITN

three.3) Conditions specific to services contracts

three.3.1) Information about a particular profession

Execution of the service is reserved to a particular profession: No


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.1.3) 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.3.2) Previous publication(s) concerning the same contract

no

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

19 July 2021 - 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

The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.