Tender

In-Service Support of a Dosimetry Data Management System (DDMS)

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

01 Jul 2021 at 21:45

Summary of the contracting process

The Ministry of Defence is currently conducting a tender for the 'In-Service Support of a Dosimetry Data Management System (DDMS),' classified under technical support services within the defence industry. This procurement exercise is active and is being managed using a selective procurement method, specifically a negotiated approach. All submissions must be completed by 30th July 2021, and the contract is expected to commence on 1st March 2022 and run for five years, concluding on 28th February 2027, with options for two additional years. Interested suppliers are required to utilize an e-Tendering system through the CP&F tool to express their interest and submit proposals. The primary location for contract execution will be the United Kingdom.

This tender presents significant opportunities for businesses specializing in technical support services, particularly those with experience in nuclear, biological, chemical, and radiological protection systems. Companies that manage dosimetry systems or offer IT solutions for data management in high-security environments would be particularly well-suited to compete. Given the nature of the services required for the Royal Navy's DDMS, firms that can ensure compliance with national security protocols and provide reliable project management will have a competitive edge. Additionally, successful bidders may need to have personnel with specific security clearances, highlighting the necessity for established connections 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

In-Service Support of a Dosimetry Data Management System (DDMS)

Notice Description

In Service Support of the current Royal Navy Dosimetry Data Management System (DDMS), this will be utilised in two primary areas: (1) On-board Nuclear-powered Submarines and (2) Within the Naval Nuclear Propulsion Programme (NNPP) support sites. The exposure of personnel to ionising radiation poses a significant health risk. Therefore, in accordance with IRR2017 and MoD policy, there is an enduring requirement to monitor and control ionising radiation exposure of staff working within the NNPP. The NNPP includes nuclear submarine operations at sea and alongside. To comply with this policy and with IRR2017, suitable dosimetry measurement equipment and a data management framework needs to be in place to ensure that radiation exposure risks to individuals are kept As Low as Reasonably Practicable (ALARP). This system is currently in use at Her Majesty's Naval Base Clyde (HMNB Clyde) and on-board the fleet of Nuclear-powered Submarines. It is noted that this procurement is exempt from the Defence and Security Public Contract Regulations (DSPCR) 2011, on grounds of National Security under Regulation 7(1)(a) of the DSPCR in conjunction with Regulation 6(3A). Elements of this project require specific personnel from a potential supplier, and/or agents in the Supply Chain, to be residents of the UK or Gibraltar, with appropriate Personal Security. Although the procurement will be managed using the principles of DSPCR 2011. The potential Supplier also needs to hold, or be willing to obtain, List X status prior to contract award. The current system has been in service since 2016 and is in the process of being upgrade, the new DDMS is due to be accepted into Service during the first quarter of 2022 and this contract is expected to include the transition of the upgraded equipment. This will be detailed in the Invitation to Tender documents, following completion of the Supplier Selection exercise (via a Pre-Qualification Questionnaire) The Original Equipment Manufacturer (OEM) for the current and upgraded DDMS (IT hardware and software) is Mirion Group Ltd and a Software Agreement will be required with Mirion within the initial 6 months of the contract. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very low (Ref No: RAR-GFVY72BG). Link to DPPQ - https://www.contracts.mod.uk/go/29267061017A5D4C1CEB Quantity or scope: The Dosimetry Data Management System (DDMS) includes: 1. A software package that has the capability to be hosted in both a stand-alone and a networked environment with the ability to report and analyse doses received by system users to ensure compliance with IRR2017. 2. A system that enables active day to day dose management, but will not be the legal record of dose. 3. A system capable of importing historical records from current and past systems and the approved dosimetry record system, for current users. 4. Active Dosimeters capable of recording exposure to ionising radiation which can be exported into the software application. 5. Hardware capable of extracting data from Dosimeters and transferring it to the software package. It is anticipated that this hardware will enable self-issue of dosimeters to users. 6. IT hardware required to fulfil its function. The new Contract will continue DDMS support for 5 years, providing cover from 01 March 2022 to 28 February 2029, including two option years. The contract shall include the following activities: a) Maintain an acceptable software package that has the capability to be hosted in both a stand-alone and a networked environment to record and manage Ironising Radiation doses on an individual, task and location basis. b) Support hardware capable of extracting data from Dosimeters and transferring it to the software package. Some of the hardware will enable self-issue of dosimeters to users. c) Possess the relevant IT hardware required to support the in-service equipment. d) Conduct In-service support activities to ensure availability of the full DDMS system. e) Demonstrate sound Project Management knowledge and understanding to support the contract. f) Manage the tasking process for additional In-service activities related to DDMS. g) Ability to purchase additional DDMS equipment or spares through the contractor to meet evolving business requirements. h) Provide Training and updated documentation to support the DDMS system. i) Able to meet the security requirements to support the DDMS - Secret UK Eyes Only.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02c298
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/015140-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Negotiated
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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

38 - Laboratory, optical and precision equipments (excl. glasses)

71 - Architectural, construction, engineering and inspection services


CPV Codes

35113200 - Nuclear, biological, chemical and radiological protection equipment

38547000 - Dosimetry system

71356300 - Technical support services

Notice Value(s)

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

Notice Dates

Publication Date
1 Jul 20214 years ago
Submission Deadline
30 Jul 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Mar 2022 - 28 Feb 2027 Over 5 years
Recurrence
Continued support.

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
Attn: Karen Wilson
Contact Email
karen.wilson371@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
N/A
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
TLK1 Gloucestershire, Wiltshire and Bristol/Bath area

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

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-h6vhtk-02c298-2021-07-01T22:45:02+01:00",
    "date": "2021-07-01T22:45:02+01:00",
    "ocid": "ocds-h6vhtk-02c298",
    "description": "The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement. Electronic Trading Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverable's under the Contract shall only be made via CP&F. You can find details on CP&F at https://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system.",
    "initiationType": "tender",
    "tender": {
        "id": "CBRN/00280",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "In-Service Support of a Dosimetry Data Management System (DDMS)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71356300",
            "description": "Technical support services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "35113200",
                "description": "Nuclear, biological, chemical and radiological protection equipment"
            },
            {
                "scheme": "CPV",
                "id": "38547000",
                "description": "Dosimetry system"
            },
            {
                "scheme": "TED_SERVICE_CATEGORY_DEFENCE",
                "id": "3",
                "description": "Defence services, military defence services and civil defence services"
            }
        ],
        "mainProcurementCategory": "services",
        "description": "In Service Support of the current Royal Navy Dosimetry Data Management System (DDMS), this will be utilised in two primary areas: (1) On-board Nuclear-powered Submarines and (2) Within the Naval Nuclear Propulsion Programme (NNPP) support sites. The exposure of personnel to ionising radiation poses a significant health risk. Therefore, in accordance with IRR2017 and MoD policy, there is an enduring requirement to monitor and control ionising radiation exposure of staff working within the NNPP. The NNPP includes nuclear submarine operations at sea and alongside. To comply with this policy and with IRR2017, suitable dosimetry measurement equipment and a data management framework needs to be in place to ensure that radiation exposure risks to individuals are kept As Low as Reasonably Practicable (ALARP). This system is currently in use at Her Majesty's Naval Base Clyde (HMNB Clyde) and on-board the fleet of Nuclear-powered Submarines. It is noted that this procurement is exempt from the Defence and Security Public Contract Regulations (DSPCR) 2011, on grounds of National Security under Regulation 7(1)(a) of the DSPCR in conjunction with Regulation 6(3A). Elements of this project require specific personnel from a potential supplier, and/or agents in the Supply Chain, to be residents of the UK or Gibraltar, with appropriate Personal Security. Although the procurement will be managed using the principles of DSPCR 2011. The potential Supplier also needs to hold, or be willing to obtain, List X status prior to contract award. The current system has been in service since 2016 and is in the process of being upgrade, the new DDMS is due to be accepted into Service during the first quarter of 2022 and this contract is expected to include the transition of the upgraded equipment. This will be detailed in the Invitation to Tender documents, following completion of the Supplier Selection exercise (via a Pre-Qualification Questionnaire) The Original Equipment Manufacturer (OEM) for the current and upgraded DDMS (IT hardware and software) is Mirion Group Ltd and a Software Agreement will be required with Mirion within the initial 6 months of the contract. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very low (Ref No: RAR-GFVY72BG). Link to DPPQ - https://www.contracts.mod.uk/go/29267061017A5D4C1CEB Quantity or scope: The Dosimetry Data Management System (DDMS) includes: 1. A software package that has the capability to be hosted in both a stand-alone and a networked environment with the ability to report and analyse doses received by system users to ensure compliance with IRR2017. 2. A system that enables active day to day dose management, but will not be the legal record of dose. 3. A system capable of importing historical records from current and past systems and the approved dosimetry record system, for current users. 4. Active Dosimeters capable of recording exposure to ionising radiation which can be exported into the software application. 5. Hardware capable of extracting data from Dosimeters and transferring it to the software package. It is anticipated that this hardware will enable self-issue of dosimeters to users. 6. IT hardware required to fulfil its function. The new Contract will continue DDMS support for 5 years, providing cover from 01 March 2022 to 28 February 2029, including two option years. The contract shall include the following activities: a) Maintain an acceptable software package that has the capability to be hosted in both a stand-alone and a networked environment to record and manage Ironising Radiation doses on an individual, task and location basis. b) Support hardware capable of extracting data from Dosimeters and transferring it to the software package. Some of the hardware will enable self-issue of dosimeters to users. c) Possess the relevant IT hardware required to support the in-service equipment. d) Conduct In-service support activities to ensure availability of the full DDMS system. e) Demonstrate sound Project Management knowledge and understanding to support the contract. f) Manage the tasking process for additional In-service activities related to DDMS. g) Ability to purchase additional DDMS equipment or spares through the contractor to meet evolving business requirements. h) Provide Training and updated documentation to support the DDMS system. i) Able to meet the security requirements to support the DDMS - Secret UK Eyes Only.",
        "hasOptions": true,
        "options": {
            "description": "Continued In Service Support of the DDMS during the following periods: 1. 01 March 2027 to 28 February 2028 2. 01 March 2028 to 28 February 2029",
            "period": {
                "durationInDays": 1620
            }
        },
        "hasRenewal": true,
        "contractPeriod": {
            "startDate": "2022-03-01T00:00:00Z",
            "endDate": "2027-02-28T23:59:59Z"
        },
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UKK1"
                    }
                ]
            }
        ],
        "subcontracting": {
            "description": "The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed. The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract. The contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts through the procedure set out in part 7 of the DSPCR 2011. The successful tenderer is obliged to specify which part or parts of the contract it intends to subcontract beyond the required percentage and to indicate the subcontractors already identified."
        },
        "submissionTerms": {
            "variantPolicy": "notAllowed",
            "depositsGuarantees": "This will be specified in the ITT/ITN.",
            "languages": [
                "en"
            ]
        },
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal - Click the \"Click here to register\" link - Accept the terms and conditions and click \"continue\" - Enter your correct business and user details - Note the username you chose and click \"Save\" when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the \"PQQs Open to All Suppliers\" link. (These are Pre-Qualification Questionnaires open to any registered supplier) - Click on the relevant PQQ to access the content. - Click the \"Express Interest\" button in the \"Actions\" box on the left-hand side of the page. - This will move the PQQ into your \"My PQQs\" page. (This is a secure area reserved for your projects only) - Click on the PQQ code, you can now access any attachments by clicking the \"Settings and Buyer Attachments\" in the \"Actions\" box 3. Responding to the tender - You can now choose to \"Reply\" or \"Reject\" (please give a reason if rejecting) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) If you require any further assistance please consult the online help, or contact the eTendering help desk.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "suitability",
                    "description": "Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal - Click the \"Click here to register\" link - Accept the terms and conditions and click \"continue\" - Enter your correct business and user details - Note the username you chose and click \"Save\" when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the \"PQQs Open to All Suppliers\" link. (These are Pre-Qualification Questionnaires open to any registered supplier) - Click on the relevant PQQ to access the content. - Click the \"Express Interest\" button in the \"Actions\" box on the left-hand side of the page. - This will move the PQQ into your \"My PQQs\" page. (This is a secure area reserved for your projects only) - Click on the PQQ code, you can now access any attachments by clicking the \"Settings and Buyer Attachments\" in the \"Actions\" box 3. Responding to the tender - You can now choose to \"Reply\" or \"Reject\" (please give a reason if rejecting) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) If you require any further assistance please consult the online help, or contact the eTendering help desk.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "economic",
                    "description": "This will be specified in the ITT/ITN.",
                    "minimum": "This will be specified in the ITT/ITN.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "This will be specified in the ITT/ITN.",
                    "minimum": "This will be specified in the ITT/ITN.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "technical",
                    "description": "This will be specified in the ITT/ITN.",
                    "minimum": "This will be specified in the ITT/ITN.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "This will be specified in the ITT/ITN.",
                    "minimum": "This will be specified in the ITT/ITN.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "technical",
                    "description": "This will be specified in the ITT/ITN."
                }
            ],
            "description": "Interested suppliers are required to complete the Pre-Qualification Questionnaire (PQQ) to provide the Authority with information to evaluate the supplier's capacity and capability against the selection criteria. The Authority will use the PQQ response to create a shortlist of tenderers who: (1) are eligible to participate; (2) fulfil any minimum economic, financial, professional and technical standards; and (3) best meet in terms of capacity and capability the selection criteria set out in the PQQ. Full details of the method for choosing the tenderers will be set out in the PQQ and the supporting document providing notes and instructions for Potential Suppliers. Suppliers must read through this set of instructions and follow the process to respond to this opportunity."
        },
        "contractTerms": {
            "financialTerms": "This will be specified in the ITT/ITN.",
            "tendererLegalForm": "This will be specified in the ITT/ITN."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated",
        "secondStage": {
            "minimumCandidates": 3,
            "maximumCandidates": 6,
            "successiveReduction": true,
            "invitationDate": "2021-10-29T00:00:00+01:00"
        },
        "tenderPeriod": {
            "endDate": "2021-07-30T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "Continued support."
        },
        "milestones": [
            {
                "id": "1",
                "type": "securityClearanceDeadline",
                "dueDate": "2022-03-01"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-21262",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood",
                "locality": "Bristol",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Attn: Karen Wilson",
                "email": "Karen.WIlson371@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-FTS-21263",
            "name": "MINISTRY OF DEFENCE",
            "identifier": {
                "legalName": "MINISTRY OF DEFENCE"
            },
            "address": {
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-21262",
        "name": "Ministry of Defence"
    },
    "language": "en"
}