Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
Yew 3a, Abbey Wood, Bristol
Bristol
BS34 8JH
Contact
Carly Williams
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
Country
United Kingdom