Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-027211/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Email: Sadie.Harding-Dancy100@mod.gov.uk
Internet address(es):
Main address:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:www.contracts.mod.uk
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:www.contracts.mod.uk
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: Explosive Vapour Detection
II.1.2) Main CPV code: 38431100
II.1.3) Type of contract: Supplies
II.1.4) Short Description: DE&S Specialist EODS, [Explosive Ordnance Disposal & Search], Exploitation and Countermeasures (SEEC) team intends to competitively assess, select and award a contract to deliver an explosive vapour detector for use by Advanced Manual Technique Operators during Improvised Explosive Device Disposal operations. The Explosive Vapour Detector capability system is a handheld vapour detector required to be transported to the target by the operation and deployed on operations. It can be operated by an individual using one hand and is able to use all functionality to carry out the task required, as well as start-up and calibration. This will be used to carry out searches of buildings and other infrastructures to detect any explosive vapours that may be present. Venue search can be a long process under tight time constraints, and so the physical burden on the operator must be kept as low as possible whilst simultaneously providing a high level of assurance that the search is effective. The system needs to comply with MOD standards and policies for quality, safety, security, cyber amongst others. Full details on the requirement shall be provided in the Invitation to Tender (ITT). The competition will be managed in accordance with the restricted procedure under DSPCR 2011. You may express your interest in this requirement by completing the Dynamic Pre-Qualification Questionnaire (DPQQ) found at The full requirement will be issued in the ITT and suppliers will be given appropriate time to respond with their tenders. The Authority shall take forward a maximum of six suppliers that have provided a compliant response to the PQQ. The six highest scoring compliant suppliers will be invited to tender. During the ITT Phase, there is a requirement for the Potential Providers to provide one (1) complete system for trials in support of the tender evaluation. The system would need to be available upon request in accordance with the indicative timescales set out in the supplementary information. The supplier shall provide its goods for trial at its own cost. Complete details on the testing will be released in the ITT. The Authority is seeking a Commercial-off-the-Shelf (COTS) solution to meet the requirement. The Authority intends to purchase 20 detectors by November 2023 with an option to procure additional detectors throughout the duration of the contract. In-service support shall be provided for a period of five years from Contract Award. The requirements of in-service support include, but are not limited to: provision of spares, repairs and turnaround times, quality management, safety management, obsolescence management. Performance against these requirements will be monitored as part of standard MOD Contract Management processes.
The requirement includes the provision of the following contract option(s): Extension of In-Service Support for an addition 2 years.
The Authority reserve the right, at its absolute discretion, to not take up any or all the option(s). Further information on the option(s) will be provided in the Invitation to Tender.
The Cyber Risk level for this procurement is VERY LOW. The Risk Assessment Reference (RAR) if RAR-322966868.
A full description of the Cyber Risk levels is available at DEFSTAN 05-138. Potential Providers should make themselves familiar with the requirements against the profile assessment for this risk level. The maximum classification of the Explosive Vapour Detector contract and its data is expected to be OFFICIAL SENSITIVE.
The table below details the anticipated timeframes of this procurement.
– Issue DPQQ : 27/09/2022
– Final date for DPQQ Clarification Questions: 04/10/2022
– DPQQs returned to MOD: 21/10/2022
– Invitation to Tender: Nov 2022
– Anticipated Date of Contract Award : May 2023
The overall value of the contract, subject to all extension periods being taken, is £2M (EX VAT).
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
38543000, 75221000, 75222000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
DE&S Specialist EODS, [Explosive Ordnance Disposal & Search], Exploitation and Countermeasures (SEEC) team intends to competitively assess, select and award a contract to deliver an explosive vapour detector for use by Advanced Manual Technique Operators during Improvised Explosive Device Disposal operations.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewalyes Description of renewals:Extension of In-Service Support for an additional 2 years
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: Extension of In-Service Support for an additional 2 years
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once)
– Browse to the eSourcing Portal
– Click the “Click here to register” link
– Accept the terms and conditions and click “continue”
– Enter your correct business and user details
– Note the username you chose and click “Save” when complete
– You will shortly receive an email with your unique password (please keep this secure)
2. Express an Interest in the tender
– Login to the portal with the username/password
– Click the “PQQs Open to All Suppliers” link. (These are Pre-Qualification Questionnaires open to any registered supplier)
– Click on the relevant PQQ to access the content.
– Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
– This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)
– Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box
3. Responding to the tender
– You can now choose to “Reply” or “Reject” (please give a reason if rejecting)
– You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification
– Note the deadline for completion, then follow the onscreen instructions to complete the PQQ
– There may be a mixture of online & offline actions for you to perform (there is detailed online help available)
If you require any further assistance please consult the online help, or contact the eTendering help desk.
• Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers (if applicable)
III.1.2) Economic and financial standing
List and brief description of selection criteria: Information on financial ability will be assessed as part of your pre-qualification questionnaire return.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: Information on financial ability will be assessed as part of your pre-qualification questionnaire return.
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: 2022-10-21 Local time: 23:59
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2022-11-17
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.4) Procedures for review
VI.4.1) Review body
Official name: SEEC
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
VI.4.2) Body responsible for mediation procedures
Official name: SEEC
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
VI.5) Date of dispatch of this notice:2022-09-28