CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

Competitive Contract Notice

1. Title: GB-Wiltshire: Superglue Cabinet
2. Awarding Authority:
Ministry of Defence, DSTL, Defence Science & Technology Laboratory (DSTL)
Porton Down, Salisbury, SP4 0JQ, United Kingdom
Tel. 01980 956181, Email: nrogers@dstl.gov.uk
Contact: Neil Rogers, Attn: Neil Rogers
3. Contract Type: Supplies

4. Description: Biological evidence collection kits. Clinical forensics equipment and supplies. To manufacture, supply and install this COTS requirement,
5. CPV Codes:
33954000 – Biological evidence collection kits.
33950000 – Clinical forensics equipment and supplies.

6. NUTS Codes :
UKK1 – Gloucestershire, Wiltshire and Bristol/Bath area

7. Main Site or Location of Works, Main Place of Delivery or Main Place of Performance: Gloucestershire, Wiltshire and Bristol/Bath area,
8. Reference Attributed by the Awarding Authority:
9. Estimated Value of Requirement: Category H1b: 10K – 113K GBP
Currency: GBP
10. Deadline for Expression of Interest: 27/02/2017 12:00:00
11. Address to which they must be sent:
Ministry of Defence, DSTL
Porton Down, Salisbury, SP4 0JQ, United Kingdom
Tel. 01980 956181, Email: nrogers@dstl.gov.uk
Contact: Neil Rogers, Attn: Neil Rogers

12. Other Information:
Other Information: 1. Executive Summary
Dstl requires a forensic superglue (cyanoacrylate) fuming chamber for use inside a class III microbiological safety cabinet (specification can be provided on request).
SOR
. Mandatory/Essential Requirements
The supplier must be experienced in the provision of forensic superglue chambers.
The Supplier shall supply a superglue chamber which:
• Fits into, and can be moved in and out of containment cabinets MSC-05 and MSC_02. Approximate internal dimensions of the containment cabinet base are approximately 160 cm by 95 cm. The cabinet is sloped on the front and rear face so the internal dimensions at the top are approx. 160 cm by 36 cm. The height is 70 cm. See photo in section 2. The prospective manufacturer would need to attend for a site visit to establish exact measurements and shape.
• Is operable within the containment cabinets
• Maintains the relative humidity within the cabinet between 75 and 90% throughout the fuming process
• Heats the superglue to 120 +/- 5 degrees C
• Operates at ambient room temperature and pressure
• Has a circulation fan that evenly distributes superglue vapour and humidity within the cabinet
• Has transparent windows so the process can be monitored and access door that can be opened for full access to the interior of the superglue chamber whilst the containment cabinet is sealed and in operation.
• Is airtight during the fuming process
• Is fitted with an appropriate system for extraction and filtration so that the glue fumes are removed before the superglue chamber purges into the cabinet (to prevent damage to the containment cabinet filtration systems)
• Has shelving or fittings to appropriately suspend or support the exhibits during fuming
• Is cleanable to remove superglue residues between superglue runs
• Maintenance should be achievable by the user, with the key components being replaceable on site.
• CE marking of the parent design

. Desirable requirements
The Supplier shall supply a superglue chamber which has a number of alternative systems for hanging / supporting different items.
Experience in bespoke superglue chamber design and production.
The superglue chamber will be designed to withstand multiple fumigations per year with formaldehyde for 6-18 hours and chemical decontamination with a mixture of sodium hypochlorite, sodium hydroxide and industrial methylated spirits.

Deliverable Acceptance
Designs should clearly show footprint and the technical features (and specs) that will allow the cabinet to function as specified and fit into the containment cabinet.

The finished unit has to be successfully demonstrated in situ (meeting the requirements and free of damage), along with documentation of use, safety and maintenance requirements. Price list for maintenance materials.

Intellectual Property Rights (IPR)
Crown Copyright will be maintained over any drawings and designs provided to the Supplier.
Prior art owned by the supplier. Supplier will own the design drawings, but MOD will have free user rights to the design
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: TTV7M4Y26G.

Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.

RELATED ARTICLES

June 13, 2025

Purchase of 3 x Mosquito Sprayers for British Forces Cyprus (BFC)

Type of document: Contract Notice Country: United Kingdom 1. Title: Purchase of 3 x Mosquito Sprayers for British Forces Cyprus (BFC) 2. Awarding

June 13, 2025

RN Develop Concept Cards - RFI0034 - Early Engagement

Type of document: Contract Notice Country: United Kingdom 1. Title: RN Develop Concept Cards – RFI0034 2. Awarding Authority: Ministry of Defence NCHQ, Whale Island Portsmouth England P02