Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
NH1, Yew 3a, CBRN
Bristol
BS34 8JH
Contact
Carly Williams
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=52603
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=52603
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=52603
Tenders or requests to participate must be submitted to 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
Project BOSKER Next Generation Chemical Detectors (NGCD)
Reference number
CBRN/00255
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 Authority has a requirement for industry to design/enhance, develop & manufacture the Next Generation Chemical Detection Chemical Sense capability for airborne hazards, (including vapour and aerosol) & deposited hazards (including liquids and solids) known as ‘Project BOSKER’.
This procurement is exempt from the Defence & Security Public Contract Regulations on Grounds of National Security & is 'Secret 5 Eyes Only'. Only Suppliers from within UK, US, Canada, Australia & New Zealand may apply. However this does not stop companies with foreign ownership from applying if they have a UK registered business or subsidiary.
Suppliers should have the ability & technology to meet the following high-level user needs:
• Timely indication of toxic chemicals airborne in vapour & aerosol physical states, & then alert personnel to chemical threats within local areas.
• Develop person worn capability for Hazard Warning (HW) & Residual Hazard Warning (RHW) for military personnel and potentially through modularisation of the person worn capability provide a hand-held capability to provide Hazard Location (HL) & Contamination of Assessment to military personnel.
• Develop a base sense capability for HW & RHW to military personnel.
• Provide chemical threat presumptive identification & the amount of hazard present allowing this data to report the event to Commaders. This information will support integrated warning, increase situational awareness, and improve battlefield management.
• Obtain both a high level of chemical sensitivity & minimise the potential for false alarms (both false positive & false negative) to provide the user with confidence in their equipment.
• Deliver an integrated aerosol & vapour sense capability.
• Both the equipments are required to be network enabled.
Suppliers need to hold, or be willing to obtain, List X status prior to contract award.
The contract period is expected to be 5 years +1 +1 +1 +1 option years & include the following:
a. Demonstration Phase to develop a prototype to be approved by the Authority, in conjunction with Defence Science Technology Laboratory (DSTL) testing, that meets the requirement prior to during Y1 of the contract.
b. Manufacture, supply, & delivery of specified chemical sensing equipment expected during Y2, Y3 and potentially Y4 of the contract.
c. Repair and Spares support for the remainder of the contract covering procurement of the full systems, part piece spares and component level spares.
d. Technical support which includes, but not limited to, updates to technical documentation and responding to technical queries from the users via CBRN DT Operations Manager (OM).
e. Provision of training equipment and/or training packages as agreed with the Authority.
In Service Support (ISS) will be fully defined in the ITN but is likely to be a range of specialised DIM & sense equipment likely to require consumable items & may have servicing, repair & calibration requirements that have not yet been fully articulated & will require the provision of services including but not limited to;
• Design, Develop, Manufacture of Sense equipment
• Robust Algorithms development
• Contract Management & Service Core Support.
• Equipment Calibration & Planned Maintenance (if applicable).
• Equipment Survey & Unplanned Maintenance and Repair.
• Supply of Capital Equipment.
• Supply of Capital & Consumable Spares.
• Technical Support Services.
• Post Design Services
• Defence Standards Applicable to Training (DSAT) compliant or equivalent training package solution
• Provision of training equipment and/or training packages.
The Authority is seeking to procure a total of 8000-9000 units (5500-6000 units for Lot 1 & 2500-3000 units for Lot 2).
These scaling figures are an estimate & the Authority reserves the right to amend this scaling to be confirmed at ITN.
The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is low (Ref No:657512766).
two.1.5) Estimated total value
Value excluding VAT: £94,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Suppliers may apply for Lot 1 and/or Lot 2 from this Contract Notice. Suppliers should submit a separate DPQQ response for each Lot.
The Value within the advert is for the total requirement for Project BOSKER and has not been divided between the Lots.
two.2) Description
two.2.1) Title
Lot No
1: Lightweight body worn Chemical Sensor.
two.2.2) Additional CPV code(s)
- 35113200 - Nuclear, biological, chemical and radiological protection equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Key User Requirements (KURs):
KUR 1: The User shall have a capability that will warn of the presence of specified airborne hazards in the immediate environment
KUR 3: The User shall have a capability that will continuously monitor specified airborne hazards in the immediate environment
KUR 14: The User shall have a capability that enables the survey of surfaces for the presence of specified deposited hazards
KUR 21: The User shall have a capability that can target theatre-specific threats
KUR 22: The User shall have a capability that can operate effectively in specified climatic conditions
KUR 28: The User shall have a capability that is compatible with specified in-service equipment and systems
KUR 33: The User shall have a capability that has a training solution
KUR 34: The User shall have a capability that has a high level of operational availability throughout the period of operations
KUR 59: The User shall have a capability that can be programmed to meet changing threats
KUR 61: The User shall have a capability that is interoperable with specified in-service equipment and systems
Scaling assumptions for Sensor 1 are c.5500 – 6000 units
Defence requires 5-year services contract for this lot as defined within the ‘scope of contract’ section of this contract notice with +1 +1 +1 +1 option years for ISS.
The expected through life support to be provided by the Contractor may cover areas including, but not limited to, the provision of technical documentation (such as user operating manuals, converted to AESP’s), managing obsolescence and the provision of training support/training solution. Further information will be provided at the ITN stage of the competition.
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 and contract detail prior to the ITN being issued to PQQ down-selected suppliers.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 March 2023
End date
31 March 2032
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
The Suppliers which score the highest technical scores (also taking into account the Pass/Fail elements and financial standing) shall be selected to Tender (Max 5 Suppliers). If the Suppliers in position 5 and 6 score the same technically the Supplier with the higher financial standing shall be invited to tender.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
5 year initial duration with 1+1+1+1 Option Years
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot No
2 - Base Chemical Sensor
two.2.2) Additional CPV code(s)
- 35113200 - Nuclear, biological, chemical and radiological protection equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Key User Requirements (KUR’s):
KUR 1: The User shall have a capability that will warn of the presence of specified airborne hazards in the immediate environment
KUR 3: The User shall have a capability that will continuously monitor specified airborne hazards in the immediate environment
KUR 21: The User shall have a capability that can target theatre-specific threats
KUR 22: The User shall have a capability that can operate effectively in specified climatic conditions
KUR 28: The User shall have a capability that is compatible with specified in-service equipment and systems
KUR 33: The User shall have a capability that has a training solution
KUR 34: The User shall have a capability that has a high level of operational availability throughout the period of operations
KUR 59: The User shall have a capability that can be programmed to meet changing threats
KUR 61: The User shall have a capability that is interoperable with specified in-service equipment and systems
Scaling assumptions for Sensor 2 are c.2500-3000
Defence requires 5-year services contract for this lot as defined within the ‘scope of contract’ section of this contract notice with +1 +1 +1 +1 option years for ISS.
The expected through life support to be provided by the Contractor may cover areas including, but not limited to, the provision of technical documentation (such as user manuals), managing obsolescence and the provision of training support/solution. Further information will be provided at the ITN stage of the competition.
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 or contract detail prior to the ITN being issued to PQQ down-selected suppliers.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 March 2023
End date
31 March 2032
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
The Suppliers which score the highest technical scores (also taking into account the Pass/Fail elements and financial standing) shall be selected to Tender (Max 5 Suppliers). If the Suppliers in position 5 and 6 score the same technically the Supplier with the higher financial standing shall be invited to tender.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Initial 5 year period with 1+1+1+1 option years
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Professional requirements shall be determined through the DPQQ.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Based on historical data the supplier is required to meet a minimum of an annual turnover threshold of £10M. The Authority reserves the right to exclude the supplier from being selected to tender if this threshold cannot be met. However, where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, the Authority may consider the supplier as suitable to tender. Such evidence may include:
a. Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and
b. State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.
In addition, auditable accounts from the previous 12 months or equivalent if accounts not yet available must be submitted as part of the DPQQ response. The Authority may request further information regarding these accounts.
An overall pass/fail judgement will be made after considering all areas, including turnover, profit, net assets, liquidity, gearing and capacity. This assessment will also include the parent company, indemnity, guarantee or bank bond where applicable. An independent financial assessment obtained from a reputable credit rating organisation may be utilised as part of this process. If a supplier is unable to meet the minimum annual turnover threshold and offers to supply the Authority with an indemnity, guarantee or bank bond the Authority will take this into consideration along with all the above factors to conclude the level of confidence within the financial assessment resulting in an overall pass/fail.
Minimum level(s) of standards possibly required
This will be determined through the Financial element of the DPQQ. This section is mandatory.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Mandatory Technical questions covering the Requirement (Technical aspects) and Project Management are included within the DPQQ. These questions shall be scored as explained within the DPQQ. The Project Management element shall be assessed by DE&S and the Technical questions shall be assessed by DSTL as the Technical experts.
There are individual Technical questions for Lot 1 and Lot 2. The Project Management Questions are the same for both Lots, but each PQQ needs to be completed separately.
Minimum level(s) of standards possibly required
This will be determined through the Technical element of the DPQQ.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As per the ITN.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
29 November 2021
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
31 January 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 31 March 2023
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
ADDITIONAL INFORMATION REQUEST: As part of this requirement the Authority is seeking additional information from Suppliers to assist with Development & Manufacture planning for Project BOSKER. The responses supplied will not be marked or contribute towards the DPQQ score; however, Suppliers are strongly encouraged to assist the Authority by providing this information which will be beneficial to the requirement. To obtain a copy of the additional information section please contact Carly Williams by email carly.williams713@mod.gov.uk. Please only submit the additional supporting information via email if you also intend on completing the DPQQ.
SECURITY:In order to participate in the ITN process, prospective suppliers will be required to access SECRET information. In order to do this these personnel must have a valid security clearance to enable them to view classified information at Authority premises. Therefore, the successful supplier must ensure all personnel working on the contract have personal security clearances and are citizens of the UK.
The security clearance (SC preferred, if not DBS Certificate and Baseline Security Check) for participation at the Industry Day for ITN shall be mandatory to be obtained no later than a week before Industry Day. Successul Suppliers at DPQQ shall be notified of the details for Industry Day as soon as details are available.
Without this clearance the supplier shall automatically be excluded on security grounds and shall not receive an ITN.
To obtain SC please refer to the following: https://www.gov.uk/guidance/security-vetting-and-clearance.
To obtain the basic DBS please refer to the following: https://www.gov.uk/request-copy-criminal-record. This clearance is expected to take up to 14 days.
To obtain List X please refer to the following: https://www.gov.uk/guidance/defence-equipment-and-support-principal-security-advisor.
Any questions related to Project BOSKER must be directed to the delivery team via the Defence Sourcing Portal. Please also reference to the Opportunities Listing on the DSP.
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=52603
six.4) Procedures for review
six.4.1) Review body
Ministry of Defence
CBRN, Yew 3A, NH1, Abbey Wood
Bristol
BS34 8JH
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Ministry of Defence
CBRN, Yew 3A, NH1, Abbey Wood
Bristol
BS34 8JH
Country
United Kingdom