Opportunity

Project BOSKER Next Generation Chemical Detectors (NGCD)

  • Ministry of Defence

F02: Contract notice

Notice reference: 2021/S 000-027135

Published 28 October 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

NH1, Yew 3a, CBRN

Bristol

BS34 8JH

Contact

Carly Williams

Email

carly.williams713@mod.gov.uk

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

Email

carly.williams713@mod.gov.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Ministry of Defence

CBRN, Yew 3A, NH1, Abbey Wood

Bristol

BS34 8JH

Email

carly.williams713@mod.gov.uk

Country

United Kingdom