Tender

Project BOSKER Next Generation Chemical Detector (NGCD)

MINISTRY OF DEFENCE

This public procurement record has 2 releases in its history.

TenderAmendment

17 Nov 2021 at 15:06

Tender

28 Oct 2021 at 15:25

Summary of the contracting process

The Ministry of Defence is seeking bids for the "Project BOSKER Next Generation Chemical Detector (NGCD)", aimed at developing advanced chemical detection equipment for airborne and deposited hazards. This procurement falls under the classification of nuclear, biological, chemical, and radiological protection equipment and has a total estimated value of £94 million. The tender period is scheduled to close on 29 November 2021, while the contract will last for an initial five years with potential extensions. Suppliers must have the capability to meet high-level user needs and must be situated within the UK, US, Canada, Australia, or New Zealand, with the process being classified as 'Secret 5 Eyes Only'. Delivery locations are specifically within the South West region of the United Kingdom, with procurement conducted through a competitive negotiated method exempt from the Defence & Security Public Contract Regulations.

This tender presents significant opportunities for businesses specialising in chemical detection technologies, particularly those capable of developing sophisticated sensor equipment for military applications. Companies that have experience in manufacturing integrated service solutions, providing repair and maintenance support, or incorporating training packages for high-tech equipment would be especially suited to compete. Given the long-term nature of the contract and its associated support services, suppliers with existing registrations or subsidiary relations in the UK and an ability to secure List X status prior to contract award will find a competitive advantage in this procurement process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Project BOSKER Next Generation Chemical Detector (NGCD)

Notice Description

The Authority has a requirement for industry to design/enhance, develop & manufacture the Next Generation Chemical Detection Chemical Sense capability for airborne hazards, (including vapour and aerosol) & deposited hazards (including liquids and solids) known as 'Project BOSKER'. This procurement is exempt from the Defence & Security Public Contract Regulations on Grounds of National Security & is 'Secret 5 Eyes Only'. Only Suppliers from within UK, US, Canada, Australia & New Zealand may apply. However this does not stop companies with foreign ownership from applying if they have a UK registered business or subsidiary. Suppliers should have the ability & technology to meet the following high-level user needs: - Timely indication of toxic chemicals airborne in vapour & aerosol physical states, & then alert personnel to chemical threats within local areas. - Develop person worn capability for Hazard Warning (HW) & Residual Hazard Warning (RHW) for military personnel and potentially through modularisation of the person worn capability provide a hand-held capability to provide Hazard Location (HL) & Contamination of Assessment to military personnel. - Develop a base sense capability for HW & RHW to military personnel. - Provide chemical threat presumptive identification & the amount of hazard present allowing this data to report the event to Commaders. This information will support integrated warning, increase situational awareness, and improve battlefield management. - Obtain both a high level of chemical sensitivity & minimise the potential for false alarms (both false positive & false negative) to provide the user with confidence. - Deliver an integrated aerosol & vapour sense capability. - Both equipments are required to be network enabled. Suppliers need to hold, or be willing to obtain, List X status prior to contract award. The contract period is expected to be 5 yrs +1 +1 +1 +1 option yrs & include: a. Demonstration Phase to develop a prototype to be approved by the Authority, in conjunction with DSTL testing that meets the requirement prior to Y1 of the contract. b. Manufacture, supply, & delivery of specified chemical sensing equipment expected during Y2, Y3 & maybe Y4 of the contract. c. Repair & Spares support covering procurement of the full systems, part piece spares & component level spares. d. Technical support including updates to tech documentation, responding to technical queries from the users via DE&S Operations Manager. e. Provision of training equipment/training packages. Please refer to the additional text section for more information. Additional information: Support will be fully defined in the ITN but is likely to be a range of specialised DIM & sense equipment likely to require consumable items & may have servicing, repair & calibration requirements.The Authority is seeking to procure a total of 8-9k units, consisting of 2.5-3k units for Lot 2 and 5.5-6k units for Lot 1.Scaling is estimated & to be confirmed at ITN. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is low (Ref No:657512766). Any questions related to Project BOSKER must be directed to the delivery team via the Defence Sourcing Portal. Please also reference to the Opportunities Listing on the DSP. https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=52603 The Authority will accept data relevant to the tender being shared with companies within the 5 EYES community (UK, US, AUS, CAN & NZ) but this is only subject to the Authority's prior approval being sought which will be issued on a case by case basis. The tenderer must specify the company name, individual(s) name, role, security clearance and justification as to why the data is being shared. The Authority will consider the request and grant approval where deemed acceptable.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-2a282775-f7d6-48f6-be0f-b6971e89e578
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/32ea8840-2e30-4ce0-a912-7ddb2970de95
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Other - Competitive Negotiated - Exempt from DSPCR
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment


CPV Codes

35113200 - Nuclear, biological, chemical and radiological protection equipment

Notice Value(s)

Tender Value
£94,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Nov 20214 years ago
Submission Deadline
29 Nov 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Mar 2023 - 31 Mar 2032 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BRISTOL
Postcode
BS34 8JH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
TLK South West (England)

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-2a282775-f7d6-48f6-be0f-b6971e89e578-2021-11-17T15:06:59Z",
    "date": "2021-11-17T15:06:59Z",
    "ocid": "ocds-b5fd17-2a282775-f7d6-48f6-be0f-b6971e89e578",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_287448/1008704",
        "title": "Project BOSKER Next Generation Chemical Detector (NGCD)",
        "description": "The Authority has a requirement for industry to design/enhance, develop & manufacture the Next Generation Chemical Detection Chemical Sense capability for airborne hazards, (including vapour and aerosol) & deposited hazards (including liquids and solids) known as 'Project BOSKER'. This procurement is exempt from the Defence & Security Public Contract Regulations on Grounds of National Security & is 'Secret 5 Eyes Only'. Only Suppliers from within UK, US, Canada, Australia & New Zealand may apply. However this does not stop companies with foreign ownership from applying if they have a UK registered business or subsidiary. Suppliers should have the ability & technology to meet the following high-level user needs: - Timely indication of toxic chemicals airborne in vapour & aerosol physical states, & then alert personnel to chemical threats within local areas. - Develop person worn capability for Hazard Warning (HW) & Residual Hazard Warning (RHW) for military personnel and potentially through modularisation of the person worn capability provide a hand-held capability to provide Hazard Location (HL) & Contamination of Assessment to military personnel. - Develop a base sense capability for HW & RHW to military personnel. - Provide chemical threat presumptive identification & the amount of hazard present allowing this data to report the event to Commaders. This information will support integrated warning, increase situational awareness, and improve battlefield management. - Obtain both a high level of chemical sensitivity & minimise the potential for false alarms (both false positive & false negative) to provide the user with confidence. - Deliver an integrated aerosol & vapour sense capability. - Both equipments are required to be network enabled. Suppliers need to hold, or be willing to obtain, List X status prior to contract award. The contract period is expected to be 5 yrs +1 +1 +1 +1 option yrs & include: a. Demonstration Phase to develop a prototype to be approved by the Authority, in conjunction with DSTL testing that meets the requirement prior to Y1 of the contract. b. Manufacture, supply, & delivery of specified chemical sensing equipment expected during Y2, Y3 & maybe Y4 of the contract. c. Repair & Spares support covering procurement of the full systems, part piece spares & component level spares. d. Technical support including updates to tech documentation, responding to technical queries from the users via DE&S Operations Manager. e. Provision of training equipment/training packages. Please refer to the additional text section for more information. Additional information: Support will be fully defined in the ITN but is likely to be a range of specialised DIM & sense equipment likely to require consumable items & may have servicing, repair & calibration requirements.The Authority is seeking to procure a total of 8-9k units, consisting of 2.5-3k units for Lot 2 and 5.5-6k units for Lot 1.Scaling is estimated & to be confirmed at ITN. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is low (Ref No:657512766). Any questions related to Project BOSKER must be directed to the delivery team via the Defence Sourcing Portal. Please also reference to the Opportunities Listing on the DSP. https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=52603 The Authority will accept data relevant to the tender being shared with companies within the 5 EYES community (UK, US, AUS, CAN & NZ) but this is only subject to the Authority's prior approval being sought which will be issued on a case by case basis. The tenderer must specify the company name, individual(s) name, role, security clearance and justification as to why the data is being shared. The Authority will consider the request and grant approval where deemed acceptable.",
        "datePublished": "2021-10-28T16:25:02+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "35113200",
            "description": "Nuclear, biological, chemical and radiological protection equipment"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 94000000,
            "currency": "GBP"
        },
        "procurementMethodDetails": "Other - Competitive Negotiated - Exempt from DSPCR",
        "tenderPeriod": {
            "endDate": "2021-11-29T17:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2023-03-31T00:00:00+01:00",
            "endDate": "2032-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "goods",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/32ea8840-2e30-4ce0-a912-7ddb2970de95",
                "datePublished": "2021-10-28T16:25:02+01:00",
                "format": "text/html",
                "language": "en",
                "dateModified": "2021-11-17T15:06:59Z"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-174013",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "CBRN, Yew 3a, Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "carly.williams713@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-174013",
        "name": "Ministry of Defence"
    }
}