Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.

Procurement Notice Details

Nuclear, biological, chemical and radiological protection equipment [patsy (aircrew cbrn protection) – the supply of a below neck cbr protective clothing system for aircrew]
UK

Purchaser: Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team

02/08/2018 S147 - - Supplies - Contract notice - Restricted procedure
I.II.III.IV.VI.
United Kingdom-Bristol: Nuclear, biological, chemical and radiological protection equipment

2018/S 147-337591

Contract notice

Supplies

Directive 2009/81/EC
Section I: Contracting authority/entity

I.1)
Name, addresses and contact point(s)
Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT)
Defence Equipment and Support, NH1 Yew 3A no1342, MOD Abbey Wood
Contact point(s): Emily Barrow
BS34 8JH Bristol
United Kingdom
Telephone: +44 67982667
E-mail: emily.barrow101@mod.gov.uk

Internet address(es):

General address of the contracting authority/entity: https://www.contracts.mod.uk/

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:
CBRN/00243 — PATSY BNS
II.1.2)
Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Bristol, City of
NUTS code UKK11

II.1.3)
Information on framework agreement
The notice involves the establishment of a framework agreement
II.1.4)
Information on framework agreement
Justification for a framework agreement, the duration of which exceeds seven years: The notice DOES NOT involve the setting up of a framework agreement — this is a system error.
Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 2 000 000 and 5 500 000 GBP
II.1.5)
Short description of the contract or purchase(s):
Nuclear, Biological, Chemical and Radiological protection equipment. Garments for biological or chemical protection. The notice DOES NOT involve the setting up of a framework agreement — this is a system error.
II.1.6)
Common procurement vocabulary (CPV)
35113200, 35113410

II.1.7)
Information about subcontracting
The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
II.1.8)
Lots
This 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:
PATSY (aircrew CBRN protection) – the supply of a below neck CBR protective clothing system for aircrew.
The Chemical Biological Radiological and Nuclear Protection Delivery Team (CBRN DT) is seeking Expressions of Interest from parties wishing to be considered for the supply of a Below Neck CBR Protective Clothing System for Aircrew (Category D).
One of the key drivers for the programme is to provide the required level of Below Neck CBR protection (Key User Requirement) whilst imposing the minimum physiological burden on the wearer.
The selected contractor will be responsible for the supply of a Below Neck System (BNS) for approximately 524 aircrew personnel requiring 3 systems per person (approx.1,572), plus additional trials and training sets (approx. 50) to be determined at Invitation to Tender (ITT). The first 900 systems are to be delivered at Contract Award (CA) + 23 months with the balance no later than CA + 45 months (earlier delivery is desirable to the Authority but not essential). Additional buys may be required on an Ad Hoc basis, stipulated by the Authority when required. The BNS should be a Commercial Off the Shelf (COTS) solution. The Authority is looking for a Below Neck CBR System which will be an integrated CBR solution comprising of an undergarment, socks and gloves. For clarity, the system must cover personnel from the neck down and must integrate with the Authority’s Above Neck System (ANS) - a development of the current APED In-Service solution which includes a neck skirt. The Interface Control Document (ICD) will be issued at ITT containing details of the APED system, and other equipment and clothing the Aircrew may wear.
A supplier may be a manufacturer or act as a Prime Contractor (PC) and sub-contract components of the system to other suppliers (e.g. gloves) to deliver the complete BNS. The supplier will be responsible for the integration of the BNS ensemble, i.e. undergarment, socks and gloves and compliance of their BNS with the ANS. The Authority will be responsible for integration of the BNS with the ANS components and other Aircrew Equipment Assemblies (AEA) as listed in the ICD.
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.
To enable the solution to enter operational service with UK military aviation formations, the supplier will be responsible for providing supporting information, including but not limited to: Training and Training Aids, Technical Publications, Safety and Environmental evidence, and Logistic Support Documentation.
It is required that the preferred contractor is working to the following (or equivalent) standards; AQAP 2110, AQAP 2105 (Quality Plan Standards), DefStan 05-61 Pt9.
The Procurement will follow the Restricted Procedure under Defence and Security Public Contract Regulations (DSPCR) to place a supply and initial in-service support contract for 5 years + 3 options years (in yearly increments).
Estimated contract value excluding VAT:
Range: between 2 000 000.00 GBP and 5 500 000.00 GBP (Inc.Option years 2.5m GBP)
The Authority has the right not to invoke the option years and it should be noted this value is an approximate.
Anticipated contract award date: Q4 2019.
A Cyber Security Risk Assessment for this requirement has been carried out and returned a risk level of Very Low Risk (REF: RAR-Y6FS7ZA6). Potential Suppliers are therefore required to maintain a Cyber Essentials Scheme certification in order to comply.
To qualify, Potential Providers must pass the Pre-Qualification Questionnaire (PQQ), designed to evaluate Technical and Financial Capacity/Capability. The PQQ will be evaluated in two stages; stage 1 will consist of pass/fail questions and stage 2 will consist of Project specific questions which will be given a weighted scoring approach and will be scored 0 – 5 (5 being the highest score).
A word cap of 500 words has been applied to each Project specific question which will be detailed within the PQQ question criteria. Tenderers should note that additional words will not be counted however, supporting evidence and references will not be included within the wordcount.
Potential Providers who are given a “Fail” against any PQQ question or score 0 or 1 against any of the Project questions will result in an automatic exclusion, and will not be invited to Tender.
Envisaged maximum of 6 qualified potential providers will receive formal ITT. Where possible the Authority will invite a minimum of 3 Potential Providers to ITT however, the Authority reserves the right to invite 2 Potential Providers or revert to a Single Source Procurement if required. Potential Providers will be ranked in order of the weighted score achieved at section six of the PQQ Project Questions, combined with passing all other elements of the PQQ criteria. The Authority reserves the right to invite more than 6 bidders to proceed to the ITT stage.
The tender evaluation criteria will be weighted in such a way that the solution must pass evaluation in all three areas Undergarment, Socks and Gloves to be compliant. In the event of a failed competition (all bids fail in at least one component) the Authority will reserve the right to split the requirement and offer the contract to the highest scoring suit and sock tender, and the highest scoring glove solution that integrates with the winning suit.
Included in the ITT response, potential providers are required to provide 6 complete samples of their proposed solution for testing as outlined below.
During the ITT technical evaluation phase and additionally to the paper based assessment, the Authority and it’s SME’s will assess Potential Provider’s Below Neck System in the following key areas:
1) Assess against specified criteria for CBR Protection;
2) Assess minimum Physiological Burden;
3) Assess against all aspects of integration (system, platform and human factors) and against the APED system. Full details of the SRD and Testing criteria will be provided at ITT.
The performance of the clothing ensemble will be assessed against chemical agent challenge levels and other operational factors which for PATSY BNS are NATO Un-classified.
In parallel to the above technical assessment, a commercial evaluation will be undertaken to establish commercially compliant bids which establish affordability, present Value for Money (VFM) and are compliant with the Authorities Terms and Conditions.
A Financial Health Assessment will also be carried out by SME’s to give a predictive measure which provides an immediate & reliable evaluation of any company's fundamental financial health against the full contract value. The Authority reserves the right not to invite Potential Providers to ITT if they do not achieve a ‘Pass’ on the Financial Health Assessment.
Potential Providers must meet or exceed an annual turnover of 40 % of the estimated annual contract value, (£800K) for the last two years or provide equivalent evidence of sufficient financial resources to deliver the contract. Parent company and / or other guarantees of performance and financial standing may be required if a potential tenderer fails to meet the minimum standards.
The award criteria will be "the most economically advantageous tender in terms of the criteria stated in the specifications". Specific criteria and weightings will be provided within the ITT.
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. You can find the information on the Government Security Classification on the Gov.uk website.
The DCO application access code for this Contract Notice is 634CDY5N95. This access code allows Potential Tenderers to respond to the CBRN/00243 PATSY PQQ.
Estimated value excluding VAT:
Range: between 2 000 000 and 5 500 000 GBP
II.2.2)
Information about options
Options: yes
Description of these options: The Procurement will follow the Restricted Procedure under Defence and Security Public Contract Regulations (DSPCR) to place a supply and initial in-service support contract for 5 years + 3 options years (in yearly increments).
(Estimated contract value of option years 2.5m GBP)
The Authority has the right not to invoke the option years and it should be noted this value is an approximate.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
II.2.3)
Information about renewals
This contract is subject to renewal: no
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:
The Authority reserves the right to require an indemnity, guarantee or bank bond if the supplier does not meet the required standard for economic and financial standing.
III.1.2)
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment will follow delivery and acceptance by the Authority of the goods, works or services or proof of purchase where formally agreed by the Authority.
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 to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
The Authority reserves the right to incorporate a Security Aspects letter into the contract, in addition to othersecurity-related Terms and Conditions. The Authority reserves the right to amend any condition related to security of information to reflect any changes to 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.1.5)
Information about security clearance:
III.2)
Conditions for participation
III.2.1)
Personal situation
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: 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 http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr

Candidates 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.
III.2.2)
Economic and financial ability
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: (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 three 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.
A Financial Health Assessment will also be carried out by SME’s to give a predictive measure which provides an immediate and reliable evaluation of any company's fundamental financial health against the full contract value. The Authority reserves the right not to invite Potential Providers to ITT if they do not achieve a ‘Pass’ on the Financial Health Assessment.
Potential Providers must meet or exceed an annual turnover of 40 % of the estimated annual contract value, (800K GBP) for the last two years or provide equivalent evidence of sufficient financial resources to deliver the contract. Parent company and / or other guarantees of performance and financial standing may be required if a potential tenderer fails to meet the minimum standards.
III.2.3)
Technical and/or professional capacity
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

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 five 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 five 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.
The PQQ is used to assess which of the interested suppliers in the market have the capability and capacity to deliver the contract and is therefore how the shortlist of suppliers to be invited to tender is selected.
Suppliers are asked to provide details of their company’s economic and financial standing, whether they have the technical capability to deliver the requirement as well as the capacity and resource to fulfill the scope of the contract. Suppliers must prove in their responses to technical PQQ questions that they are able to deliver the contract requirements by providing evidence and examples of past performance, thus allowing the technical evaluators to gauge whether they are likely to be able to deliver a suitable solution.
To qualify, Potential Providers must pass the Pre-Qualification Questionnaire (PQQ), designed to evaluate Technical and Financial Capacity/Capability. The PQQ will be evaluated in two stages; stage 1 will consist of pass/fail questions and stage 2 will consist of Project specific questions which will be given a weighted scoring approach and will be scored 0 – 5 (5 being the highest score).
A word cap of 500 words has been applied to each Project specific question which will be detailed within the PQQ question criteria. Tenderers should note that additional words will not be counted however, supporting evidence and references will not be included within the wordcount.
Minimum level(s) of standards possibly required
A maximum of 6 qualified potential providers will receive formal ITT. Where possible the Authority will invite a minimum of 3 Potential Providers to ITT however, the Authority reserves the right to invite 2 Potential Providers or revert to a Single Source Procurement if required. Potential Providers will be ranked in order of the weighted score achieved at section six (PQQ Project Questions), combined with passing all other elements of the PQQ criteria.
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)

Information and formalities necessary for evaluating if the requirements are met:
Potential Providers who are given a “Fail” against any PQQ question or score 0 or 1 against any of the Project questions will result in an automatic exclusion from being invited to Tender.
Minimum level(s) of standards possibly required
It is required that the preferred contractor is working to the following (or equivalent) standards; AQAP 2110, AQAP 2105 (Quality Plan Standards), DefStan 05-61 Pt9.
III.2.4)
Information about reserved contracts
III.3)
Conditions specific to services contracts
III.3.1)
Information about a particular profession
III.3.2)
Staff responsible for the execution of the service
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 1 and maximum number 6
Objective criteria for choosing the limited number of candidates: Envisaged maximum of 6 qualified potential providers will receive formal ITT. Where possible the Authority will invite a minimum of 3 Potential Providers to ITT however, the Authority reserves the right to invite 2 Potential Providers or revert to a Single Source Procurement if required. Potential Providers will be ranked in order of the weighted score achieved at section six (6), combined with passing all other elements of the PQQ criteria.
The Authority reserves the right to invite more than 6 bidders to proceed to the ITT stage.
IV.1.3)
Reduction of the number of operators during the negotiation or dialogue
IV.2)
Award criteria
IV.2.1)
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
An electronic auction has been used: no
IV.3)
Administrative information
IV.3.1)
File reference number attributed by the contracting authority:
CBRN/00243 PATSY BNS
IV.3.2)
Previous publication(s) concerning the same contract
no
IV.3.3)
Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)
Time limit for receipt of tenders or requests to participate
31.8.2019 - 10:00
IV.3.5)
Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)
Language(s) in which tenders or requests to participate may be drawn up
English.
Section VI: Complementary information

VI.1)
Information about recurrence
This is a recurrent procurement: no
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:
PATSY (aircrew CBRN protection) – the supply of a below neck CBR protective clothing system for aircrew:
Please note: The notice DOES NOT involve the setting up of a framework agreement - this is a system error. (ref II.1.3-4 Framework agreements)
The Chemical Biological Radiological and Nuclear Protection Delivery Team (CBRN DT) is seeking Expressions of Interest from parties wishing to be considered for the supply of a Below Neck CBR Protective Clothing System for Aircrew (Category D).
One of the key drivers for the programme is to provide the required level of Below Neck CBR protection (Key User Requirement) whilst imposing the minimum physiological burden on the wearer.
The selected contractor will be responsible for the supply of a Below Neck System (BNS) for approximately 524 aircrew personnel requiring 3 systems per person (approx. 1527), plus additional trials and training sets (approx 50) to be determined at Invitation to Tender (ITT). The first 900 systems are to be delivered at Contract Award (CA) + 23 months with the balance no later than CA + 45 months (earlier delivery is desirable to the Authority but not essential). Additional buys may be required on an Ad Hoc basis, stipulated by the Authority when required. The BNS should be a Commercial Off the Shelf (COTS) solution. The Authority is looking for a Below Neck CBR System which will be an integrated CBR solution comprising of an undergarment, socks and gloves. For clarity, the system must cover personnel from the neck down and must integrate with the Authority’s Above Neck System (ANS - a development of the current APED In-Service solution) which includes a neck skirt. The Interface Control Document (ICD) will be issued at ITT containing details of the APED system.
A supplier may be a manufacturer or act as a Prime Contractor (PC) and sub-contract components of the system to other suppliers (e.g. gloves) to deliver the complete BNS. The supplier will be responsible for the integration of the BNS ensemble, i.e. undergarment, socks and gloves and compliance of their BNS with the ANS with the ICD. The Authority will be responsible for integration of the BNS with the ANS components and other Aircrew Equipment Assemblies (AEA).
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.
To enable the solution to enter operational service with UK military aviation formations, the supplier will be responsible for providing supporting information, including but not limited to: Training and Training Aids, Technical Publications, Safety and Environmental evidence, and Logistic Support Documentation.
It is required that the preferred contractor is working to the following (or equivalent) standards; AQAP 2110, AQAP 2105 (Quality Plan Standards), DefStan 05-61 Pt9.
The Procurement will follow the Restricted Procedure under Defence and Security Public Contract Regulations (DSPCR) to place a supply and initial in-service support contract for 5 years + 3 options years (in yearly increments).
Anticipated contract award date: Q4 2019.
A Cyber Security Risk Assessment for this requirement has been carried out and returned a risk level of Very Low Risk (REF: RAR-Y6FS7ZA6). Potential Suppliers are therefore required to maintain a Cyber Essentials Scheme certification in order to comply.
To qualify, Potential Providers must pass the Pre-Qualification Questionnaire (PQQ), designed to evaluate Technical and Financial Capacity/Capability. The PQQ will be evaluated in two stages; stage 1 will consist of pass/fail questions and stage 2 will consist of Project specific questions which will be given a weighted scoring approach and will be scored 0 – 5 (5 being the highest score).
A word cap of 500 words has been applied to each Project specific question which will be detailed within the PQQ question criteria. Tenderers should note that additional words will not be counted however, supporting evidence and references will not be included within the wordcount.
Potential Providers who are given a “Fail” against any PQQ question or score of 0 or 1 against any of the Project questions will result in an automatic exclusion from being invited to Tender.
A maximum of 6 qualified potential providers will receive formal ITT. Where possible the Authority will invite a minimum of 3 Potential Providers to ITT however, the Authority reserves the right to invite 2 Potential Providers or revert to a Single Source Procurement if required. Potential Providers will be ranked in order of the weighted score achieved at section six (6), combined with passing all other elements of the PQQ criteria. The Authority reserves the right to invite more than 6 bidders to proceed to the ITT stage.
Included in the ITT response, potential providers is required to provide 6 complete samples of their proposed solution for testing as outlined below.
During the ITT technical evaluation phase and additionally to the paper based assessment, the Authority and it’s SME’s will assess Potential Provider’s Below Neck System in the following key areas:
1) Assess against specified criteria for CBR Protection;
2) Assess minimum Physiological Burden;
3) Assess against all aspects of integration (system, platform and human factors) and against the APED system. Full details of the SRD and Testing criteria will be provided at ITT.
The performance of the clothing ensemble will be assessed against chemical agent challenge levels and other operational factors which for PATSY BNS are NATO Un-classified.
In parallel to the above technical assessment, a commercial evaluation will be undertaken to establish commercially compliant bids which establish affordability and present Value for Money (VFM).
Potential Providers must meet or exceed annual turnover threshold required in the last three years or provide equivalent evidence of sufficient financial resources to deliver the contract. Parent company and / or other guarantees of performance and financial standing may be required if a potential tenderer fails to meet the minimum standards.
The award criteria will be "the most economically advantageous tender in terms of the criteria stated in the specifications". Specific criteria and weightings will be provided within the ITT.
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. You can find the information on the Government Security Classification on the Gov.uk website.
The DCO application access code for this Contract Notice is 634CDY5N95. This access code allows Potential Tenderers to respond to the CBRN/00243 PATSY PQQ.
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on http://www.contracts.mod.uk.

You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: 634CDY5N95.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.

GO Reference: GO-2018731-DCB-12916364
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)
BS34 8JH Bristol
United Kingdom
E-mail: Emily.Barrow101@mod.gov.uk
Telephone: +44 3067982667

Body responsible for mediation procedures

Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT)
BS34 8JH Bristol
United Kingdom
E-mail: Emily.Barrow101@mod.gov.uk
Telephone: +44 3067982667

VI.4.2)
Lodging of appeals
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)
BS34 8JH Bristol
United Kingdom
E-mail: Emily.Barrow101@mod.gov.uk
Telephone: +44 3067982667

VI.5)
Date of dispatch of this notice:
31.7.2018


http://ted.europa.eu/, TED database, © European Communities, 1995-2018.