Award

Project BOSKER

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Award

25 Sep 2023 at 08:20

Summary of the contracting process

The Ministry of Defence has awarded a contract for the project 'Project BOSKER' to Smiths Detection Watford Ltd. The procurement involves designing, enhancing, and manufacturing next-generation chemical detection equipment for airborne and deposited hazards, with a contract value of £87,589,565. The procurement method was competitive negotiation, and the contract period is 5 years, with subsequent option years. The tender stage has concluded, with the contract period starting on 1st October 2023 and ending on 30th September 2028.

This procurement opportunity, led by the Ministry of Defence, is in the goods category for nuclear, biological, chemical, and radiological protection equipment. Businesses with List X status and technology capabilities to meet high-level user needs are well-suited to compete. The contract provides opportunities for the design, manufacture, supply, and in-service support of chemical sensing equipment. Small and medium-sized enterprises (SMEs) are encouraged to participate, with suppliers from the UK, US, Canada, Australia, and New Zealand eligible to apply due to national security reasons.

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

Notice Description

A Contract has been awarded 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 in their equipment. - Deliver an integrated aerosol & vapour sense capability. - Both the equipments are required to be network enabled. Suppliers need to hold List X status prior to contract award. The contract period is 5 years +1 +1 +1 +1 option years & include the following: a. Demonstration Phase to develop a prototype to be approved by the Authority, in conjunction with Defence Science Technology Laboratory (DSTL) testing, that meets the requirement prior to during Y1 of the contract. b. Manufacture, supply, & delivery of specified chemical sensing equipment. c. Repair and Spares support for the remainder of the contract covering procurement of the full systems, part piece spares and component level spares. d. Technical support which includes, but not limited to, updates to technical documentation and responding to technical queries from the users via CBRN DT Operations Manager (OM). e. Provision of training equipment and/or training packages as agreed with the Authority. In Service Support (ISS) to be a range of specialised DIM & sense equipment likely to require consumable items & may have servicing, repair & calibration requirements

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-b3b9b6d1-9737-44af-83e6-a8e66f2abcfb
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/2a735898-efa1-4560-a946-def3d4786c09
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Other - Exempt. Competitive negotiated.
Tender Suitability
SME
Awardee Scale
Large

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
£87,589,565 £10M-£100M
Lots Value
Not specified
Awards Value
£87,589,565 £10M-£100M
Contracts Value
Not specified

Notice Dates

Publication Date
25 Sep 20232 years ago
Submission Deadline
30 Sep 2023Expired
Future Notice Date
Not specified
Award Date
24 Sep 20232 years ago
Contract Period
30 Sep 2023 - 30 Sep 2028 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
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
Not specified

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

Supplier Information

Number of Suppliers
1
Supplier Name

SMITHS DETECTION WATFORD

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-b3b9b6d1-9737-44af-83e6-a8e66f2abcfb-2023-09-25T09:20:17+01:00",
    "date": "2023-09-25T09:20:17+01:00",
    "ocid": "ocds-b5fd17-b3b9b6d1-9737-44af-83e6-a8e66f2abcfb",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_287448/1261834",
        "title": "Project BOSKER",
        "description": "A Contract has been awarded 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 in their equipment. - Deliver an integrated aerosol & vapour sense capability. - Both the equipments are required to be network enabled. Suppliers need to hold List X status prior to contract award. The contract period is 5 years +1 +1 +1 +1 option years & include the following: a. Demonstration Phase to develop a prototype to be approved by the Authority, in conjunction with Defence Science Technology Laboratory (DSTL) testing, that meets the requirement prior to during Y1 of the contract. b. Manufacture, supply, & delivery of specified chemical sensing equipment. c. Repair and Spares support for the remainder of the contract covering procurement of the full systems, part piece spares and component level spares. d. Technical support which includes, but not limited to, updates to technical documentation and responding to technical queries from the users via CBRN DT Operations Manager (OM). e. Provision of training equipment and/or training packages as agreed with the Authority. In Service Support (ISS) to be a range of specialised DIM & sense equipment likely to require consumable items & may have servicing, repair & calibration requirements",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "35113200",
            "description": "Nuclear, biological, chemical and radiological protection equipment"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "HP2 7DE"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 87589565,
            "currency": "GBP"
        },
        "procurementMethodDetails": "Other - Exempt. Competitive negotiated.",
        "tenderPeriod": {
            "endDate": "2023-09-30T18:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2023-10-01T00:00:00+01:00",
            "endDate": "2028-09-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "goods"
    },
    "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"
            ]
        },
        {
            "id": "GB-CFS-259301",
            "name": "Smiths Detection Watford Ltd",
            "identifier": {
                "legalName": "Smiths Detection Watford Ltd"
            },
            "address": {
                "streetAddress": "Century House, Maylands Avenue, Hemel Hempstead, Hertfordshire, HP2 7DE"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-174013",
        "name": "Ministry of Defence"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-b3b9b6d1-9737-44af-83e6-a8e66f2abcfb-1",
            "status": "active",
            "date": "2023-09-25T00:00:00+01:00",
            "datePublished": "2023-09-25T09:20:17+01:00",
            "value": {
                "amount": 87589565,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-259301",
                    "name": "Smiths Detection Watford Ltd"
                }
            ],
            "contractPeriod": {
                "startDate": "2023-10-01T00:00:00+01:00",
                "endDate": "2028-09-30T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/2a735898-efa1-4560-a946-def3d4786c09",
                    "datePublished": "2023-09-25T09:20:17+01:00",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}