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 097-236280/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Regulation of procurement: EU

Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT)
Yew 3a, CBRN DT, Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
Contact points(s): Carly Williams
Phone: +44 7810751516
Email: carly.williams713@mod.gov.uk
Internet Address(es):
General address of the contracting authority:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Defence
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity: The Supply and In-Service Support for Reconnaissance and Exploitation Team (RET)
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: UNITED KINGDOM.
Nuts code:
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4) Information on framework agreement
II.1.5) Short description of the specific contract:Repair and maintenance services. The Chemical, Biological, Radiation and Nuclear Protection Delivery Team (CBRN DT), from hereon in referred to as the Authority, is responsible for the procurement and support of Chemical, Biological, Radiological and Nuclear (CBRN) threat agent Detection, Identification and Monitoring (DIM) and Sample Collection (SC) equipment used within the UK military.The Authority has a requirement to provide In-Service Support (ISS) and additional procurement of capital equipment’s for the Reconnaissance and Exploitation Team (RET) capability. This capability is comprised of multiple teams of specialist military personnel using a broad range of CBRN DIM and SC equipment. RET is an amalgamation of previously separate capabilities, namely “Light Role Team (LRT)” and “Sampling and Identification of Biological, Chemical and Radiological Agents (SIBCRA)”. RET also includes a specialist drilling capability known as “Monica”. The Authority is seeking a prime contractor to be responsible for the requirement. All RET equipment is in-service and has NSN’s which will be provided within the ITT. A prime contractor shall be required to manage the full suite of equipment through a supply chain. No new equipment enhancements to the RET equipment’s are required however additional purchases of current equipment will be needed, the service to be provided and the spares required shall be “like for like” as per the current requirement.RET ISS is defined by a range of specialised DIM and SC equipment which will be stated within a future Invitation To Tender (ITT) and will require the provision of following services including but not limited to:— contract management and service core support,— equipment calibration and planned maintenance,— equipment survey and unplanned maintenance and repair,— supply of capital equipment,— supply of capital and consumable spares,— technical support services,— post design services,— DSAT compliant training packages.There will be a requirement to operate this contract from a List X facility, therefore if not already List X you will be expected to achieve this accreditation by 31.10.2019.
II.1.6) Common procurement vocabulary (CPV): 50000000,
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
The contract duration will be for 24 months with an Option for an additional 12 months.
The contract will be for the supply of the following equipment (please note these items and quantities are indicative and not guaranteed but are the best estimations at this time):
1) AP4C — 6665995516294 — qty 44;
2) Mk 33 NRM complete team kit — 4230995951083 — qty 6;
3) DMC 2000GN — 6665145671049 — qty 400;
4) DMC DossiFFR software and readers — qty 10;
5) ADM300A(V1B) — 6665015927620 — qty 5;
6) BGP-100 SI Beta Gamma Probe — 6625014409003 — qty 5;
7) ADM extension arm — 6665991335430 — qty 5;
8) Carrying strap — 5340014239965 — qty 5;
9) Pouch carrying — 6665014240708 — qty 5;
10) Curly cable probe 20 m — 6150014408994 — qty 5;
11) Curly cable to probe 2 m — 6625014408992 — qty 5;
12) 10 ruggedized Laptops with CD-Rom (NSN not yet identified — will be confirmed at ITT).
The service to be required under the contract is as detailed within Section II.1.5.
Estimated value excluding VAT:
6 000 000 GBP
II.2.2) Information about options:
Options: yes
The option will be for an additional 12 months support and possible supply if required.
II.2.3) Information about renewals:
This contract is subject to renewal: yes
Number of possible renewals:
II.3) Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
An indemnity, guarantee or bank bond may be required by the Authority.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment shall follow delivery and acceptance of the supply of goods or services. A payment plan shall be considered with clear deliverables/outputs associated with proposed payments for the Authority’s consideration through CP&F.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering into the contract.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: 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 a security aspects letter, the Authority reserves the right to amend the terms of the security aspects letter 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.
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender.A full list of the Regulation 23(1) and 23(2) criteria are at will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.Please provide a statement as a declaration of good standing within the Pre-qualification Questionnaire response.
III.2.2) Economic and financial ability
(a) appropriate statements from the economic operator’s bankers or where appropriate, evidence of relevant professional risk indemnity insurance,(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established,(c) where appropriate, a statement, covering the 3 previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and(ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.Based on historical data the estimated annual contract value is deemed to be 2 500 000 GBP ex-vat. Therefore the supplier is required to meet a minimum of an annual turnover of twice this value at 5 000 000 GBP. The Authority reserves the right to exclude the supplier from being selected to tender if this threshold can not 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) the supplier is willing to obtain an indemnity, guarantee or bank bond, and(b) any additional information proving the supplier has sufficient economic and financial resources to deliver the requirement.In addition, auditable accounts from the previous 24 months or equivalent if accounts not yet available must be submitted as part of the PQQ 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: (a) appropriate statements from the economic operator’s bankers or where appropriate, evidence of relevant professional risk indemnity insurance,(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established,(c) where appropriate, a statement, covering the 3 previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and(ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.Based on historical data the estimated annual contract value is deemed to be 2 500 000 GBP ex-vat. Therefore the supplier is required to meet a minimum of an annual turnover of twice this value at 5 000 000 GBP. The Authority reserves the right to exclude the supplier from being selected to tender if this threshold can not 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) the supplier is willing to obtain an indemnity, guarantee or bank bond, and(b) any additional information proving the supplier has sufficient economic and financial resources to deliver the requirement.In addition, auditable accounts from the previous 24 months or equivalent if accounts not yet available must be submitted as part of the PQQ 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.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: (a) in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator’s technical ability, taking into account in particular that economic operator’s skills, efficiency, experience and reliability(b) a list of works carried out over the past 5 years together with (unless the Contracting Authority specifies that the following certificate should be submitted direct to the Contracting Authority by the person certifying) certificates of satisfactory completion for the most important of those works indicating in each case:(i) the value of the consideration received;(ii) when and where the work or works were carried out; and(iii )specifying whether they were carried out according to the rules of the trade or profession and properly completed.(c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past 5 years, or during a shorter period if necessary, and:(i) the dates on which the goods were sold or the services provided;(ii) the consideration received;(iii) the identity of the person to whom the goods were sold or the service were provided;(iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and(v) where:(a)that person was not a Contracting Authority; and(b) the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided.(d) a statement of the technicians or technical services available to the economic operator to:(i) carry out the work under the contract; or(ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator.(e) a statement of the economic operator’s:(i) technical facilities;(ii) measures for ensuring quality;(iii) study and research facilities; and(iv) internal rules regarding intellectual property.(f) a check carried out by the Contracting Authority or on its behalf by a competent official body of the Member State in which the economic operator is established:(i) on the technical capacity of the economic operator; and(ii) if relevant, on the economic operator’s study and research facilities and quality control measures.(g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator’s educational and professional qualifications where the economic operator is an individual and:(i) if any, those of the economic operator’s managerial staff; and(ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract.(h) the environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract;(j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the Contracting Authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract;(l) certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the Contracting Authority;(m) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the Contracting Authority;(n) a certificate:(i) attesting conformity to quality management systems standards based on the relevant European standard; and(ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification.(o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i). All of the above information will be assessed by the Authority and each technical area above will be deemed as pass/fail. A fail in an area above doesn’t automatically exclude a supplier and a decision will be made as to whether the supplier is deemed overall technically compliant based on the answers/evidence provided in conjunction with the technical questions (project specific) within Form F of the PQQ. If a supplier feels that an area selected above has been fully answered by a project specific question please state this within your response. Any non-compliance’s deemed to be a fail will be fully explained.11 technical project specific questions within the PQQ will be marked 0-5. The Supplier will automatically fail the PQQ if any of the 11 questions is allocated a score of 1 or 0. The benchmark score is 3 or above for each question. However, the Authority reserves the right to consider responses where a 2 has been awarded but suppliers may not score 2 in more than 3 areas. The Project Specific questions takes precedence over any answers provided for the technical areas stated above.
Minimum level(s) of standards possibly required: The main contractor will be required to provide evidence of its subcontractor’s ability to process, store and transmit classified information by describing the required Facility Security Clearance (FSC) granted by its national or designated security authority.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession:
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: NO
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number: 2 and maximum number 6
Objective criteria for choosing the limited number of candidates:
The candidate needs to be technically compliant and financially viable through the PQQ. If there are more than 6 successful candidates it will be based on the highest technical scores awarded for Part F: Project Specific Questions. If the same technical scores are awarded it will be decided based on the financial status of the supplier and technical confidence. Any decisions by the Authority will be fully explained.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction

IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
CBRN/00259
IV.3.2) Previous publication(s) concerning the same contract
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate
21.06.2019 – 17:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
25.07.2019
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
In days:
IV.3.8) Conditions for opening of tenders

Section VI: Complementary information
VI.1) Information about recurrence
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: No
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 GO Reference: GO-2019516-DCB-14901577
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT)
Yew 3a, Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 7810751516
Email: carly.williams713@mod.gov.uk
Body responsible for mediation procedures:
Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT)
Yew 3a, Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 7810751516
Email: carly.williams713@mod.gov.uk
VI.4.3) Service from which information about the lodging of appeals may be obtained:
Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT)
Yew 3a, Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 7810751516
Email: carly.williams713@mod.gov.uk
VI.5) Date of dispatch of this notice:
16.05.2019

RELATED ARTICLES

July 4, 2025

Supply Chain Notice: WAT0132-02 North Pumping Station Dock Pumps Civils

Type of document: Contract Notice Country: United Kingdom 1. Title: Supply Chain Notice: WAT0132-02 North Pumping Station Dock Pumps Civils 2. Awarding Authority: Ministry

July 4, 2025

Embedded Electronic Systems Design and Development Engineer L6 Degree Apprenticeship - Very Short Deadline

Type of document: Contract Notice Country: United Kingdom 1. Title: EMBEDDED ELECTRONIC SYSTEMS DESIGN AND DEVELOPMENT ENGINEER L6 DEGREE APPRENTICESHIP – VERY