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][amendment]
UK

Purchaser: Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team
Website link: http://www.nuclearmarket.com/proc/msk.cfm?id=78332

04/08/2018 S149 - - Supplies - Additional information - Restricted procedure
United Kingdom-Bristol: Nuclear, biological, chemical and radiological protection equipment

2018/S 149-343181

Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT), Defence Equipment and Support,, NH1 Yew 3A #1342,, MOD Abbey Wood, Emily Barrow, Bristol BS34 8JH, United Kingdom. Telephone: +44 67982667. E-mail: emily.barrow101@mod.gov.uk

(Supplement to the Official Journal of the European Union, 2.8.2018, 2018/S 147-337591)

Object:
CPV:35113200, 35113410
Nuclear, biological, chemical and radiological protection equipment

Garments for biological or chemical protection

Instead of:

—.

Read:

CBRN Commercial, BS34 8JH Bristol, UK.

Other 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 2 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 3 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.

The PQQ Closes on 30.8.2018 10:00AM BST.

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-201881-DCB-12923862


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