Tender

GB-Bristol: MIZZY-Small

MOD, ISTAR, CBRN DT

This public procurement record has 1 release in its history.

Tender

11 May 2017 at 17:03

Summary of the contracting process

The MOD, ISTAR, CBRN DT is currently inviting tenders for the procurement of Chemical, Biological & Radiological resilient containment systems under the title "GB-Bristol: MIZZY-Small". This procurement falls within the nuclear, biological, chemical, and radiological protection equipment industry category and is located in Bristol, South West England. The tender period closes on 12 June 2017, with delivery expected by 31 March 2018. The estimated value of the contract is £113,000, and the method of procurement is selective, specifically through a restricted procedure.

This tender presents significant opportunities for businesses specialising in containment and protective equipment, particularly those capable of manufacturing resilient systems designed for military-grade applications. Companies with expertise in compliance training, product safety, and the provision of support services will find themselves well-suited to compete. Additionally, small and medium-sized enterprises (SMEs) are encouraged to participate, increasing their potential for growth within the public procurement landscape.

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

GB-Bristol: MIZZY-Small

Notice Description

The Authority is seeking to procure multiple, worldwide-deployable, Chemical, Biological & Radiological resilient containment systems for the immediate containment of contaminated material and equipment, up to, and including, standard military bergen size (approx 90X65X35 cm and 40Kg). The initial purchase is estimated at 3,150 systems (the system must be capable of containing all kit carried by 1 person - the containment may require more than 1 bag per system to support contamination staged processing) and the solution shall be capable of safely containing contaminated material and equipment for up to 90 days in CO to A1 environments. Delivery no later than 31 March 18. Specific quantities subject to change and will be confirmed in the ITT. The procurement will include supply of equipment, on-demand re-supply, provision of DSAT compliant training and safety notice. NATO codification will be required. The full System Requirements will be released at the ITT stage to down-selected suppliers. The Authority reserves the right to procure additional quantities from the successful supplier. Where necessary to prove compliance to system requirements at ITT stage, a sample unit (& appropriate training) may be required at nil cost to the Authority. This unit may be tested to destruction; the Tenderer will be provided with the evaluation results. PQQ Criteria: All questions within the PQQ will be scored on a pass/fail basis, with the exception of section 6 which contains two scored questions designed to assess the technical capacity and capability of the tenderer. Scoring will range from 0 to 5. The Authority reserves the right to reject any submissions that do not demonstrate sufficient capability and/or capacity to deliver the advertised requirement. Failure of any pass/fail element will result in the prospective supplier not being brought forward to the ITT stage. Additionally, prospective suppliers who score a 0 or a 1 against any of the scored Project Questions in Section 6 of the PQQ will not be invited to tender. In addition, the Authority reserves the right not to invite to tender any supplier who achieves an overall score of below 50% for the weighted Project Questions. The Authority will assess the economic and financial capacity of all prospective suppliers during the PQQ. An overall pass / fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. An independent financial assessment obtained from a reputable credit rating organisation may be utilised. At least 2 years audited accounts (if available)/equivalent must be submitted as part of the PQQ response. The Authority may request further information. Envisaged number to proceed to ITT: 3 - 6. The Authority reserves the right to invite a greater number of suppliers to tender. Award criteria - the most economically advantageous tender in terms of the criteria stated in the specifications/ITT. Additional information: To view this notice, register as a supplier here: http://www.contracts.mod.uk/delta/signup.html?userType=supplier and search for the notice with reference 'GB-Bristol: MIZZY-Small'.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-831b7941-9152-49c5-83ce-05cba50e5f80
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/3730d833-8ec6-4ad4-8a3a-4f71cea7e3e4
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)


CPV Codes

35113200 - Nuclear, biological, chemical and radiological protection equipment

44613800 - Containers for waste material

Notice Value(s)

Tender Value
£113,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 May 20178 years ago
Submission Deadline
12 Jun 2017Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Dec 2017 - 30 Dec 2022 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
MOD, ISTAR, CBRN DT
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-b5fd17-831b7941-9152-49c5-83ce-05cba50e5f80-2017-05-11T18:03:27+01:00",
    "date": "2017-05-11T18:03:27+01:00",
    "ocid": "ocds-b5fd17-831b7941-9152-49c5-83ce-05cba50e5f80",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "BIP53519362",
        "title": "GB-Bristol: MIZZY-Small",
        "description": "The Authority is seeking to procure multiple, worldwide-deployable, Chemical, Biological & Radiological resilient containment systems for the immediate containment of contaminated material and equipment, up to, and including, standard military bergen size (approx 90X65X35 cm and 40Kg). The initial purchase is estimated at 3,150 systems (the system must be capable of containing all kit carried by 1 person - the containment may require more than 1 bag per system to support contamination staged processing) and the solution shall be capable of safely containing contaminated material and equipment for up to 90 days in CO to A1 environments. Delivery no later than 31 March 18. Specific quantities subject to change and will be confirmed in the ITT. The procurement will include supply of equipment, on-demand re-supply, provision of DSAT compliant training and safety notice. NATO codification will be required. The full System Requirements will be released at the ITT stage to down-selected suppliers. The Authority reserves the right to procure additional quantities from the successful supplier. Where necessary to prove compliance to system requirements at ITT stage, a sample unit (& appropriate training) may be required at nil cost to the Authority. This unit may be tested to destruction; the Tenderer will be provided with the evaluation results. PQQ Criteria: All questions within the PQQ will be scored on a pass/fail basis, with the exception of section 6 which contains two scored questions designed to assess the technical capacity and capability of the tenderer. Scoring will range from 0 to 5. The Authority reserves the right to reject any submissions that do not demonstrate sufficient capability and/or capacity to deliver the advertised requirement. Failure of any pass/fail element will result in the prospective supplier not being brought forward to the ITT stage. Additionally, prospective suppliers who score a 0 or a 1 against any of the scored Project Questions in Section 6 of the PQQ will not be invited to tender. In addition, the Authority reserves the right not to invite to tender any supplier who achieves an overall score of below 50% for the weighted Project Questions. The Authority will assess the economic and financial capacity of all prospective suppliers during the PQQ. An overall pass / fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. An independent financial assessment obtained from a reputable credit rating organisation may be utilised. At least 2 years audited accounts (if available)/equivalent must be submitted as part of the PQQ response. The Authority may request further information. Envisaged number to proceed to ITT: 3 - 6. The Authority reserves the right to invite a greater number of suppliers to tender. Award criteria - the most economically advantageous tender in terms of the criteria stated in the specifications/ITT. Additional information: To view this notice, register as a supplier here: http://www.contracts.mod.uk/delta/signup.html?userType=supplier and search for the notice with reference 'GB-Bristol: MIZZY-Small'.",
        "datePublished": "2017-05-11T18:03:27+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "35113200",
            "description": "Nuclear, biological, chemical and radiological protection equipment"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "44613800",
                "description": "Containers for waste material"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 10000,
            "currency": "GBP"
        },
        "value": {
            "amount": 113000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2017-06-12T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2017-12-31T00:00:00Z",
            "endDate": "2022-12-30T23:59:59Z"
        },
        "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/3730d833-8ec6-4ad4-8a3a-4f71cea7e3e4",
                "datePublished": "2017-05-11T18:03:27+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-56263",
            "name": "MOD, ISTAR, CBRN DT",
            "identifier": {
                "legalName": "MOD, ISTAR, CBRN DT"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood, #1342, Yew 3A",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "UK"
            },
            "contactPoint": {
                "name": "Josh Hirst",
                "email": "DESCBRN-Comrcl1@mod.uk",
                "telephone": "+443067931376"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-56263",
        "name": "MOD, ISTAR, CBRN DT"
    }
}