|
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
Weapons, ammunition and associated parts [counter-unmanned aerial vehicle]
UK
Purchaser: Civil Nuclear Police Authority (CNPA)/Civil Nuclear Constabulary (CNC)
29/09/2018 S188 - - Supplies - Contract notice - Open procedure I.II.III.IV.VI. United Kingdom-Abingdon: Weapons, ammunition and associated parts
2018/S 188-424261
Contract notice
Supplies
Legal Basis:
Directive 2014/24/EU Section I: Contracting authority
I.1) Name and addresses Civil Nuclear Police Authority (CNPA)/Civil Nuclear Constabulary (CNC) N/A Building F6, First Floor, Culham Science Centre A Abingdon OX14 3DB United Kingdom Contact person: Annette Osborne Telephone: +44 3303135463 E-mail: annette.osborne@cnc.pnn.police.uk NUTS code: UK Internet address(es):
Main address: https://www.gov.uk/government/organisations/civil-nuclear-consta
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/31796
I.2) Information about joint procurement I.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=25370&B=BLUELIGHT Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=25370&B=BLUELIGHT Tenders or requests to participate must be submitted to the abovementioned address I.4) Type of the contracting authority Body governed by public law I.5) Main activity Public order and safety Section II: Object
II.1) Scope of the procurement II.1.1) Title: Counter-Unmanned Aerial Vehicle (CUAV)
Reference number: T264/08/18 II.1.2) Main CPV code 35300000 II.1.3) Type of contract Supplies II.1.4) Short description: The CNC are developing a Counter-Unmanned-Aerial-Vehicle capability in response to what is considered a fast and evolving threat from UAV.
The solution must be a “kinetic effector” system, that is designed to physically inhibit a UAV, rendering it non-operational.
Current UK legislation does not support electronic effector use.
There are various safety systems on CNC operational sites which could be inadvertently affected by use of an electronic effector.
Please see the Specification for further details.
II.1.5) Estimated total value Value excluding VAT: 400 000.00 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) 35300000 II.2.3) Place of performance NUTS code: UK Main site or place of performance: Cumbria.
II.2.4) Description of the procurement: The CNC are developing a Counter-Unmanned-Aerial-Vehicle capability in response to what is considered a fast and evolving threat from UAV.
The solution must be a “kinetic effector” system, that is designed to physically inhibit a UAV, rendering it non-operational.
Current UK legislation does not support electronic effector use.
There are various safety systems on CNC operational sites which could be inadvertently affected by use of an electronic effector.
Please see the Specification for further details.
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: 400 000.00 GBP II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 36 This contract is subject to renewal: yes Description of renewals: Unknown at this time.
II.2.10) Information about variants Variants will be accepted: no II.2.11) Information about options Options: yes Description of options: 1 year contract with option to extend a further 2 periods of 12 months.
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 T’s and C’s will be published W/C 1st October. Over recent months the CNC has been engaged in extensive dialogue with nuclear industry, law enforcement partners, subject matter experts and suppliers, to better understand threat, risk, the operational requirement. This includes Sellafield Ltd, the Nuclear Decommissioning Authority, the MPS, CPNI, CAST/DSTL and OpenWorks Engineering Ltd.
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 Selection criteria as stated in the procurement documents III.1.3) Technical and professional ability Selection criteria as stated in the procurement documents III.1.5) Information about reserved contracts III.2) Conditions related to the contract III.2.2) Contract performance conditions: III.2.3) Information about staff responsible for the performance of 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: 29/10/2018 Local time: 17:00 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: 29/10/2018 Local time: 17:00 Section VI: Complementary information
VI.1) Information about recurrence This is a recurrent procurement: no VI.2) Information about electronic workflows VI.3) Additional information: VI.4) Procedures for review VI.4.1) Review body Legal Services CNC, Building F6, Culham Science Centre Abingdon OX14 3DB United Kingdom VI.4.2) Body responsible for mediation procedures 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: 26/09/2018
http://ted.europa.eu/, TED database, © European Communities, 1995-2018.
|
|