CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2019/S 030-067547/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Services

Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence, C&C, C&C
Postal address: DMS Whittington, Coltman House
Town: Lichfield
Postal code: WS14 9PY
Country: United Kingdom
Contact Person: Lisa Buckley
Telephone: +49 1543434724
Email: Lisa.Buckley111@mod.gov.uk
Internet address(es):
Main address:

I.3) Communication
Access to the procurement documents is restricted.Further information can be obtained at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Defence

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Contract for the Provision of Augmented/Mixed-Reality CBRN Simulation Trainer for Defence Medical Services
II.1.2) Main CPV code: 34152000
Supplementary CPV code:
LA52, LA22, LA23
II.1.3) Type of contract: Services
II.1.4) Short Description: The Ministry of Defence requires an augmented- or mixed-reality simulation trainer set-up that enables high-fidelity simulation of a variety of chemical agent poisonings, for high impact training of medical professionals.
II.1.5) Estimated total value:
Value excluding VAT: 600000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:United Kingdom
II.2.4) Description of the procurement:
We require an augmented- or mixed-reality simulation trainer set-up that enables high-fidelity simulation of a variety of chemical agent poisonings, for high impact training of medical professionals.
General details:
Currently CBRN clinical training is delivered on an inert plastic manikin, in full CBRN protection kit, with realistic kit surrounding, and used in, the scenarios. We are looking to increase the fidelity of this simulation by using augmented — or mixed-reality. Initial plans include (but proposals should not be limited to) overlaying characteristic signs and symptoms of chemical agent poisoning onto the face, neck and chest of the plastic manikin, blurring the participants vision if they fail to carry out proper precautions, and adding several pieces of static virtual equipment into the surround.
These signs/symptoms/effects would be controlled from a computer, by the training faculty, in a simple and user-friendly manner.
General considerations of the solution we are looking for is that it is, user-friendly, inter-operable (using readily available commercial-off-the-shelf hardware), allows at least 2 subjects to be involved in the task and to verbally and physically interact with one another and standard physical medical equipment. It will be situated in a hard-standing hangar.
The provider of this solution would need to be willing to travel down to the location of the training (situated within the Salisbury area) for an initial planning meeting, set-up, and to resolve any significant problems that may have arose. They would also ideally need to have, or at least be willing to obtain, UK security clearance.
Pilot details:
Phase 1: of the contract would fund a pilot study. This would involve creating the simulator set-up detailed above, with just 2 clinical scenarios (in the same setting). This would be then tested on members of the CBRN clinicians course (dates TBC), and the results reported to the JFC innovation board.
Full roll-out details:
Phase 2: of the contract would fund the further development of this model, to include 7 scenarios (but still just at one location, in one setting), make any improvements informed by the pilot, and support the project (troubleshooting any issues) over a period of 2 years from start of phase 2.
Scaling ability:
The provider must be aware of our requirement that this capability must be built with potential to scale – both to be replicated, and built upon for other clinical training scenarios. Submissions should make note of ability for MoD to autonomously replicate the system, buy further equipment and replicate the set-up in another location.
Intended response:
Initial response should be a paper-based explanation of the suggested training solution – this should include a one-page description, ideally accompanied by videos of previous similar solutions that the bidder has previously completed as part of their portfolio.
An initial downselect of submissions will take place on the week of the 11th March, respondents will be notified of whether they are invited to tender on 15th March, at which point they will be provided with a statement of requirement. From this they will be asked to provide confirmation they can adhere to it, and a quote of the “no greater than” costings, by 15th April.
The successful bidder will then be awarded a contract to undertake development of the pilot study, which, if successful (a judgement made by the JFC innovation committee in a date tbc Autumn 2019), will result in awarding of a contract extension to deliver the full roll-out detailed briefly above. Companies that have not been selected are in no way restricted from pursuing different markets with their product design.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 600000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 6
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: Pilot details:
Phase 1: of the contract would fund a pilot study. This would involve creating the simulator set-up detailed above, with just 2 clinical scenarios (in the same setting). This would be then tested on members of the CBRN clinicians course (dates TBC), and the results reported to the JFC innovation board. This is a period of approximately 6 months (firm contract period)
Full roll-out details (Option Period):
Phase 2: of the contract would fund the further development of this model, to include 7 scenarios (but still just at one location, in one setting), make any improvements informed by the pilot, and support the project (troubleshooting any issues) over a period of 2 years from start of phase 2, subject to approval from the JFC Innovation Board.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: This Contract Notice includes a Pre-Qualification Questionnaire (PQQ) — for the access code please see “Further Information”.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedure
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2019-03-11 Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2019-03-15
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
The Contracting Authority considers that this contract may be suitable for economic operators that are Small or Medium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a security aspects letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.

Advertising Regime OJEU: This contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk
There is a Pre-Qualification Questionnaire (PQQ) as part of this Contract Notice — The access code for the PQQ is 2K5683PNSC
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: 299N3RZ8YC.
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 (FAQs) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-201927-DCB-14032800
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, C&C, C&C
Postal address: DMS Whittington
Town: Lichfield
Postal code: WS14 9PY
Country: United Kingdom
Telephone: +49 1543434724
E-mail: Lisa.Buckley111@mod.gov.uk

VI.4.2) Body responsible for mediation procedures
Official name: Ministry of Defence, C&C, C&C
Postal address: DMS Whittington, Coltman House
Town: Lichfield
Postal code: WS14 9PY
Country: United Kingdom
Telephone: +49 1543434724
E-mail: Lisa.Buckley111@mod.gov.uk
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Ministry of Defence, C&C, C&C
Town: Lichfield
Postal code: WS14 9PY
Country: United Kingdom
Telephone: +49 1543434724
E-mail: Lisa.Buckley111@mod.gov.uk
VI.5) Date of dispatch of this notice:2019-02-07

RELATED ARTICLES

July 10, 2025

Ballistic Plate RFI 2025 - Short Deadline

Type of document: Contract Notice Country: United Kingdom 1. Title: BALLISTIC PLATE RFI 2025 – SHORT DEADLINE 2. Awarding Authority: Ministry of Defence,

July 10, 2025

UK Space Domain Awareness Requirements Mapping Industry Assessment - Early Engagement

Type of document: Contract Notice Country: United Kingdom 1. Title: UK Space Domain Awareness Requirements Mapping Industry Assessment 2. Awarding Authority: Defence Science and