Tender

CBRN00243 - PATSY Below Neck System (BNS)

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

28 Nov 2018 at 09:32

Summary of the contracting process

The Ministry of Defence is currently seeking bids for the "CBRN00243 - PATSY Below Neck System (BNS)" to provide a Below Neck Chemical Biological Radiological Protection Clothing System for aircrew. This procurement falls within the defence and security sector, specifically related to protection equipment and garments. The contract, which will last for five years with three optional one-year extensions, is in the Tender stage, with submissions due by 10:00 AM on 31st January 2019. Initial systems must be delivered within 23 months of contract award, with subsequent deliveries set to conclude by 45 months. The procurement is being conducted under the restricted procedure due to the nature of the contract exceeding threshold guidelines.

This tender presents significant growth opportunities for businesses, particularly small and medium enterprises (SMEs) specialising in protective clothing and related logistical support services. Companies capable of providing Commercial Off the Shelf solutions and adhering to quality plans such as AQAP 2110 will find this contract well-suited to their offerings. Potential suppliers should evaluate their capacity to deliver the required systems while also providing necessary training and documentation to support the operational needs of military aviation within the UK, thereby fostering crucial partnerships within the defence sector.

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

CBRN00243 - PATSY Below Neck System (BNS)

Notice Description

The Chemical Biological Radiological and Nuclear Protection Delivery Team (CBRN DT) is seeking bids 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 aircrew personnel requiring 3 systems per person, plus additional trials and training sets to be determined at Invitation to Tender (ITT). The first 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. 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. This Procurement is using the Restricted Procedure under Defence & Security Public Contract Regulations (DSPCR) to place a supply and initial in-service support contract for 5 years + 3 options years (in yearly increments). The PQQ has closed and the 4 companies have been Invited to Tender. ITT returns must be submitted by selected companies no later than 10:00AM 31st January 2019. Additional information: The PQQ for this requirement is closed and the ITT (restricted) is live until 31/01/2019. Four companies who were successful in passing the PQQ criteria have been invited to tender.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-a436c9d6-b455-481b-8a7e-cde5ee14bbe5
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/f5d18a70-e951-423b-a0ec-39ec0da6853a
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 (above threshold)
Tender Suitability
SME, VCSE
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

35113410 - Garments for biological or chemical protection

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
28 Nov 20187 years ago
Submission Deadline
31 Jan 2019Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
22 Sep 2019 - 23 Sep 2024 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
CBRN Commercial
Contact Email
descbrn-comrcl@mod.gov.uk
Contact Phone
Not specified

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
Not specified

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

Further Information

Notice Documents

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-a436c9d6-b455-481b-8a7e-cde5ee14bbe5-2018-11-28T09:32:10Z",
    "date": "2018-11-28T09:32:10Z",
    "ocid": "ocds-b5fd17-a436c9d6-b455-481b-8a7e-cde5ee14bbe5",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CBRN00243 - PATSY Below Neck System (BNS)",
        "title": "CBRN00243 - PATSY Below Neck System (BNS)",
        "description": "The Chemical Biological Radiological and Nuclear Protection Delivery Team (CBRN DT) is seeking bids 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 aircrew personnel requiring 3 systems per person, plus additional trials and training sets to be determined at Invitation to Tender (ITT). The first 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. 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. This Procurement is using the Restricted Procedure under Defence & Security Public Contract Regulations (DSPCR) to place a supply and initial in-service support contract for 5 years + 3 options years (in yearly increments). The PQQ has closed and the 4 companies have been Invited to Tender. ITT returns must be submitted by selected companies no later than 10:00AM 31st January 2019. Additional information: The PQQ for this requirement is closed and the ITT (restricted) is live until 31/01/2019. Four companies who were successful in passing the PQQ criteria have been invited to tender.",
        "datePublished": "2018-11-28T09:32:09Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "35113200",
            "description": "Nuclear, biological, chemical and radiological protection equipment"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "35113410",
                "description": "Garments for biological or chemical protection"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2019-01-31T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2019-09-23T00:00:00+01:00",
            "endDate": "2024-09-23T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "goods",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/f5d18a70-e951-423b-a0ec-39ec0da6853a",
                "datePublished": "2018-11-28T09:32:09Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "20181022-CBRN00243_01a_PATSYBNS_Invitation_to_Tender V4 -REDACTED",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/5ae2bb57-2705-4e78-b0d2-d99959a86484",
                "format": "application/pdf"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "20181031-CBRN00243_00_PATSYBNS_DF47_Response_Checklist_V2 REDACTED",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/5241f660-d9b3-4194-af64-9f5ca7bfa0b4",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "4",
                "documentType": "tenderNotice",
                "description": "20181031-CBRN00243_00_PATSYBNS_ITT_Useful_Acronyms_List V1 REDACTED",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/5e671eee-f819-4fd2-99c9-dba416a1dc3b",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "5",
                "documentType": "tenderNotice",
                "description": "20181022-CBRN00243_01ab-05_PATSYBNS_Appendicies REDACTED",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/32c68e60-5c77-4133-a759-c4726bd07578",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "6",
                "documentType": "tenderNotice",
                "description": "20181031-CBRN00243_01b_PATSYBNS_ITT_DEFFORM47_CommercialComplianceMatrix_Annex_B V1 REDACTED",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/993200fd-c685-4e8c-838d-e1c49c02a74a",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "7",
                "documentType": "tenderNotice",
                "description": "20181031-CBRN00243_01c_PATSYBNS_ITT_DEFFORM47_Technical_Compliance_Matrix_Annex_C1 V1 REDACTED",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/08ba2ea5-e12d-40e9-960c-393a498cdb77",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "8",
                "documentType": "tenderNotice",
                "description": "20181031-CBRN00243_01d_PATSYBNS_ITT_DEFFORM47_Tech_Marking_Scheme_Annex_C2 V1 REDACTED",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/61ccadd7-61a2-45cc-a638-349667b6e1ff",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "9",
                "documentType": "tenderNotice",
                "description": "20181031-CBRN00243_01e_PATSYBNS_ITT_DEFFORM47_Price_Evaluation_Annex_D V1 REDACTED",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/3d206fa8-123a-4d38-ad6b-1025bf63d74c",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "10",
                "documentType": "tenderNotice",
                "description": "20181031-CBRN00243_02_PATSYBNS_Draft_Contract_V3 REDACTED",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/eaf5eabb-f47a-4a9a-bb0f-d2c4145a2cf5",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "11",
                "documentType": "tenderNotice",
                "description": "20181031-CBRN00243_02a_PATSYBNS_Draft_Contract_Schedule9_SRDendorsed_Annex A1 V2 REDACTED",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/1b10ec76-dbc8-4fb0-b107-1d52aafe1baf",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "12",
                "documentType": "tenderNotice",
                "description": "20181031-CBRN00243_03e_PATSYBNS_Appendix5_Test_Evaluation_Methodologies_V1 REDACTED",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/a8c87700-1c3c-49fa-99c5-9e32c38db7fa",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/7U7AuvS7",
            "name": "MINISTRY OF DEFENCE",
            "identifier": {
                "legalName": "MINISTRY OF DEFENCE",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/7U7AuvS7"
            },
            "address": {
                "streetAddress": "ISTAR CBRN Commercial, MOD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "CBRN Commercial",
                "email": "DESCBRN-Comrcl@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/7U7AuvS7",
        "name": "MINISTRY OF DEFENCE"
    }
}