loading
  • GB-BS34 8JH Bristol
  • 01.11.2017
  • Ausschreibung
  • (ID 2-274243)

Manufacture, Supply & Support of Residual Vapour Detector (RVD).


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 01.11.2017 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Landschaft und Freiraum
    Art der Leistung Immissionsschutz
    Sprache Englisch
    Aufgabe
    The Authority has a requirement to provide a means to detect the presence of Nerve & Mustard CWAs by means of a ‘wet chemistry’ based kit, this is currently provided by the Residual Vapour Detector (RVD).
    RVD is a lifed equipment and it is intended that further supplies are sourced from 2018 to replenish stock based specifically on the current specification.
    The majority of tooling & all drawings for the current RVD will be made available: modification to this or new tooling may be required.
    The Authority invites expressions of interest from Industry to manufacture, supply and support RVD for an initial period of 5 years, this is expected to have 3 principle parts:
    Leistungsumfang
    The Authority invites expressions of interest from Industry to manufacture, supply and support RVD for an initial period of five years, this is expected to have three principle parts:
    1. Manufacture, testing and packaging of RVD kits, with the provision to supply consumables.
    2. Refurbishment & repackaging of kits as they life expire.
    3. Core contract management.
    The requirement is expected to consist of an initial quantity of 2000 units plus consumables in the first contract year, with additional quantities of consumables plus re-lifing activities in subsequent years.
    Interest is welcomed from companies who have the relevant accreditation and can demonstrate expertise in working in this type of manufacture supply and support.'.
    Adresse des Bauherren UK-BS34 8JH Bristol
    TED Dokumenten-Nr. 308626-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Bristol: Toxic gas detection services

      2017/S 149-308626

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT)
      Abbey Wood
      Bristol
      BS34 8JH
      United Kingdom
      Contact person: Alexander Caddick
      Telephone: +44 3067939040
      E-mail: MjEwN2JbbldkWltoJDlXWlpfWWEnJio2Y2VaJF1lbCRrYQ==
      NUTS code: UKK1

      Internet address(es):

      Main address: www.defencecontractsonline.com

      I.2)Joint procurement
      I.3)Communication
      Access to the procurement documents is restricted. Further information can be obtained at: www.defencecontractsonline.com
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5)Main activity
      Defence

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Manufacture, Supply & Support of Residual Vapour Detector (RVD).

       

      Reference number: CBRN/00239
      II.1.2)Main CPV code
      90731500
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The Authority has a requirement to provide a means to detect the presence of Nerve & Mustard CWAs by means of a ‘wet chemistry’ based kit, this is currently provided by the Residual Vapour Detector (RVD).

      RVD is a lifed equipment and it is intended that further supplies are sourced from 2018 to replenish stock based specifically on the current specification.

      The majority of tooling & all drawings for the current RVD will be made available: modification to this or new tooling may be required.

      The Authority invites expressions of interest from Industry to manufacture, supply and support RVD for an initial period of 5 years, this is expected to have 3 principle parts:

       

      II.1.5)Estimated total value
      Value excluding VAT: 2 500 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      90731500
      II.2.3)Place of performance
      NUTS code: UKK1
      Main site or place of performance:

       

      Gloucestershire, Wiltshire and Bristol/Bath area.

       

      II.2.4)Description of the procurement:

       

      The Authority invites expressions of interest from Industry to manufacture, supply and support RVD for an initial period of five years, this is expected to have three principle parts:

      1. Manufacture, testing and packaging of RVD kits, with the provision to supply consumables.

      2. Refurbishment & repackaging of kits as they life expire.

      3. Core contract management.

      The requirement is expected to consist of an initial quantity of 2000 units plus consumables in the first contract year, with additional quantities of consumables plus re-lifing activities in subsequent years.

      Interest is welcomed from companies who have the relevant accreditation and can demonstrate expertise in working in this type of manufacture supply and support.'.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 2 500 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

      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
      III.1.2)Economic and financial standing
      III.1.3)Technical and professional ability
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      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.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 01/11/2017
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 3 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 01/11/2017
      Local time: 00:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      VI.2)Information about electronic workflows
      Electronic invoicing will be accepted
      Electronic payment will be used
      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.

      https://www.gov.uk/government/publications/government-security-classifications

      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-201783-DCB-10759004.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT)
      Abbey Wood
      Bristol
      BS34 8JH
      United Kingdom
      Telephone: +44 3067939040
      E-mail: MTQ9aGF0XWpgYW4qP11gYGVfZy0sMDxpa2AqY2tyKnFn
      VI.4.2)Body responsible for mediation procedures
      Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT)
      Bristol
      United Kingdom
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      03/08/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 07.08.2017
Zuletzt aktualisiert 07.08.2017
Wettbewerbs-ID 2-274243 Status Kostenpflichtig
Seitenaufrufe 49