Tender

850000

  • Ministry of Defence

F02: Contract notice

Notice identifier: 2024/S 000-027332

Procurement identifier (OCID): ocds-h6vhtk-0495c5

Published 27 August 2024, 4:10pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Yew 3a, Abbey Wood, Bristol

Bristol

BS34 8JH

Contact

Carly Williams

Email

carly.williams713@mod.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://contracts.mod.uk/go/0620839401919462E08B

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://contracts.mod.uk/go/0620839401919462E08B

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://contracts.mod.uk/go/0620839401919462E08B

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

850000

two.1.2) Main CPV code

  • 50660000 - Repair and maintenance services of military electronic systems

two.1.3) Type of contract

Services

two.1.4) Short description

The Chemical, Biological, Radiation and Nuclear Delivery Team (CBRN-DT) (the contracting Authority) are equipment sponsors for CBRN detection, identification, monitoring sample collection equipment used by UK Government.

The Authority has a requirement for a supplier to provide support for its range of Chemical, Biological, Radiological and Nuclear Training Equipment (CBRNTE). This requirement shall also include the ability to purchase additional CBRNTE articles (however this is optional and not guaranteed) and CBRNTE-related ad-hoc support tasks.

two.1.5) Estimated total value

Value excluding VAT: £850,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

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

The equipment requiring support was supplied by ARGON Electronics (UK) Ltd and functionally emulates items that are supplied in their operational format by other Operation Equipment Manufacturers (OEM)’s.  The range of equipment includes:

a.           SMITHS DETECTION Ltd:   LCAD, LCD3.2, LCD3.3, MCAD and CAM, and associated software applications.

b.           PROENGIN:  AP4C/S4PE and associated software applications.

c.           MIRION:  ADM-300v1(b), probes, simulated sources and associated software applications.

The contract Core requirements will include (but not be limited to) the provision to survey, maintain, repair, attritional loss replacement, disposal, provision of User spares and consumable items, simulation, software support, training support, obsolescence management, documentation updates, and other simulation-related ad-hoc tasks (on a call-off basis tasking mechanism). 

The contract shall also include the ability to purchase additional CBRNTE items to increase the quantity and types of CBRNTE items held (if required and not guaranteed).

Repairs and the Supply of Spares will be via a Tasking Mechanism as required.

The contract duration will be for 3 years (from April 2025 to March 2028) valued at £0.510M, with the provision for two options years until March 2030 estimated at a revised total of £0.850M. The Option Years are not guaranteed.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £850,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2028

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

See DPQQ

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

2x Option Years until March 2030. Option Years are not guaranteed.

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

See DPQQ

three.1.2) Economic and financial standing

List and brief description of selection criteria

See DPQQ

three.1.3) Technical and professional ability

List and brief description of selection criteria

See DPQQ


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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

27 September 2024

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

31 October 2024

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

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Carly Williams

Yew 3a, CBRN, Abbey Wood

Bristol

BS34 8JH

Email

Carly.Williams713@mod.gov.uk

Country

United Kingdom