Type of document: Contract Notice
Country: United Kingdom
1. Title: Project BOSKER Next Generation Chemical Detector (NGCD)
2. Awarding Authority:
Ministry of Defence
CBRN, Yew 3a, Abbey Wood
Bristol
England
BS34 8JH
Contact:
Email: carly.williams713@mod.gov.uk
Phone:
URL:
3. Contract Type: Products
4. Description: The Authority has a requirement for industry to design/enhance, develop & manufacture the Next Generation Chemical Detection Chemical Sense capability for airborne hazards, (including vapour and aerosol) & deposited hazards (including liquids and solids) known as ‘Project BOSKER’.
This procurement is exempt from the Defence & Security Public Contract Regulations on Grounds of National Security & is 'Secret 5 Eyes Only'. Only Suppliers from within UK, US, Canada, Australia & New Zealand may apply. However this does not stop companies with foreign ownership from applying if they have a UK registered business or subsidiary.
Suppliers should have the ability & technology to meet the following high-level user needs:
– Timely indication of toxic chemicals airborne in vapour & aerosol physical states, & then alert personnel to chemical threats within local areas.
– Develop person worn capability for Hazard Warning (HW) & Residual Hazard Warning (RHW) for military personnel and potentially through modularisation of the person worn capability provide a hand-held capability to provide Hazard Location (HL) & Contamination of Assessment to military personnel.
– Develop a base sense capability for HW & RHW to military personnel.
– Provide chemical threat presumptive identification & the amount of hazard present allowing this data to report the event to Commaders. This information will support integrated warning, increase situational awareness, and improve battlefield management.
– Obtain both a high level of chemical sensitivity & minimise the potential for false alarms (both false positive & false negative) to provide the user with confidence.
– Deliver an integrated aerosol & vapour sense capability.
– Both equipments are required to be network enabled.
Suppliers need to hold, or be willing to obtain, List X status prior to contract award.
The contract period is expected to be 5 yrs +1 +1 +1 +1 option yrs & include:
a. Demonstration Phase to develop a prototype to be approved by the Authority, in conjunction with DSTL testing that meets the requirement prior to Y1 of the contract.
b. Manufacture, supply, & delivery of specified chemical sensing equipment expected during Y2, Y3 & maybe Y4 of the contract.
c. Repair & Spares support covering procurement of the full systems, part piece spares & component level spares.
d. Technical support including updates to tech documentation, responding to technical queries from the users via DE&S Operations Manager.
e. Provision of training equipment/training packages.
Please refer to the additional text section for more information.
5. CPV Codes:
35113200 – Nuclear, biological, chemical and radiological protection equipment
6. NUTS Codes: UKK11
7. Main Site or Location of Works, Main Place of Delivery or Main Place of Performance: South West
8. Reference Attributed by the Awarding Authority:
tender_287448/1008704
9. Estimated Value of Requirement: £94,000,000
10. Start Date: 31/03/2023
11. End Date: 31/03/2032
12. Closing Date: 29/11/2021
13. Other Information:
Additional Text
Support will be fully defined in the ITN but is likely to be a range of specialised DIM & sense equipment likely to require consumable items & may have servicing, repair & calibration requirements.The Authority is seeking to procure a total of 8-9k units, consisting of 2.5-3k units for Lot 2 and 5.5-6k units for Lot 1.Scaling is estimated & to be confirmed at ITN.
The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is low (Ref No:657512766).
Any questions related to Project BOSKER must be directed to the delivery team via the Defence Sourcing Portal. Please also reference to the Opportunities Listing on the DSP.
The Authority will accept data relevant to the tender being shared with companies within the 5 EYES community (UK, US, AUS, CAN & NZ) but this is only subject to the Authority’s prior approval being sought which will be issued on a case by case basis. The tenderer must specify the company name, individual(s) name, role, security clearance and justification as to why the data is being shared. The Authority will consider the request and grant approval where deemed acceptable.
For further information/documentation please visit: