Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
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