Notice Information
Notice Title
87589565
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 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. 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) will require the provision of services including but not limited to; * Design, Develop, Manufacture of Sense equipment * Robust Algorithms development * Contract Management & Service Core Support. * Equipment Calibration & Planned Maintenance (if applicable). * Equipment Survey & Unplanned Maintenance and Repair. * Supply of Capital Equipment. * Supply of Capital & Consumable Spares. * Technical Support Services. * Post Design Services * Defence Standards Applicable to Training (DSAT) compliant or equivalent training package solution * Provision of training equipment and/or training packages.
Lot Information
Lot 1: Lightweight body worn Chemical Sensor.
Key User Requirements (KURs): KUR 1: The User shall have a capability that will warn of the presence of specified airborne hazards in the immediate environment KUR 3: The User shall have a capability that will continuously monitor specified airborne hazards in the immediate environment KUR 14: The User shall have a capability that enables the survey of surfaces for the presence of specified deposited hazards KUR 21: The User shall have a capability that can target theatre-specific threats KUR 22: The User shall have a capability that can operate effectively in specified climatic conditions KUR 28: The User shall have a capability that is compatible with specified in-service equipment and systems KUR 33: The User shall have a capability that has a training solution KUR 34: The User shall have a capability that has a high level of operational availability throughout the period of operations KUR 59: The User shall have a capability that can be programmed to meet changing threats KUR 61: The User shall have a capability that is interoperable with specified in-service equipment and systems Scaling assumptions for Sensor 1 are c.5500 - 6000 units Defence requires 5-year services contract for this lot as defined within the 'scope of contract' section of this contract notice with +1 +1 +1 +1 option years for ISS. The expected through life support to be provided by the Contractor may cover areas including, but not limited to, the provision of technical documentation (such as user operating manuals, converted to AESP's), managing obsolescence and the provision of training support/training solution. Further information will be provided at the ITN stage of the competition. Please note that the initial purchase quantities and contract length specifications and/or scope provided in this Contract Notice are estimations. The Authority reserves the right to revise actual numbers and contract detail prior to the ITN being issued to PQQ down-selected suppliers.
Options: 5 year initial duration with 1+1+1+1 Option Years
Lot 2 - Base Chemical SensorKey User Requirements (KUR's): KUR 1: The User shall have a capability that will warn of the presence of specified airborne hazards in the immediate environment KUR 3: The User shall have a capability that will continuously monitor specified airborne hazards in the immediate environment KUR 21: The User shall have a capability that can target theatre-specific threats KUR 22: The User shall have a capability that can operate effectively in specified climatic conditions KUR 28: The User shall have a capability that is compatible with specified in-service equipment and systems KUR 33: The User shall have a capability that has a training solution KUR 34: The User shall have a capability that has a high level of operational availability throughout the period of operations KUR 59: The User shall have a capability that can be programmed to meet changing threats KUR 61: The User shall have a capability that is interoperable with specified in-service equipment and systems Scaling assumptions for Sensor 2 are c.2500-3000 Defence requires 5-year services contract for this lot as defined within the 'scope of contract' section of this contract notice with +1 +1 +1 +1 option years for ISS. The expected through life support to be provided by the Contractor may cover areas including, but not limited to, the provision of technical documentation (such as user manuals), managing obsolescence and the provision of training support/solution. Further information will be provided at the ITN stage of the competition. Please note that the initial purchase quantities and contract length specifications and/or scope provided in this Contract Notice are estimations. The Authority reserves the right to revise actual numbers or contract detail prior to the ITN being issued to PQQ down-selected suppliers.
Options: Initial 5 year period with 1+1+1+1 option years
Lot 1Development, Manufacture and Supply of PCAS, SCAS and DCAS equipment. The Contract was advertised in Lots, however as the same Supplier was successful within both Lots one contract was awarded.
Options: 4x Option Years
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02f16c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/028124-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- 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
- £94,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £87,589,565 £10M-£100M
Notice Dates
- Publication Date
- 25 Sep 20232 years ago
- Submission Deadline
- 29 Nov 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 24 Sep 20232 years ago
- Contract Period
- 30 Mar 2023 - 31 Mar 2032 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Active, Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Carly Williams
- Contact Email
- carly.williams713@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 URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-02f16c-2023-09-25T08:51:41+01:00",
"date": "2023-09-25T08:51:41+01:00",
"ocid": "ocds-h6vhtk-02f16c",
"description": "ADDITIONAL INFORMATION REQUEST: As part of this requirement the Authority is seeking additional information from Suppliers to assist with Development & Manufacture planning for Project BOSKER. The responses supplied will not be marked or contribute towards the DPQQ score; however, Suppliers are strongly encouraged to assist the Authority by providing this information which will be beneficial to the requirement. To obtain a copy of the additional information section please contact Carly Williams by email carly.williams713@mod.gov.uk. Please only submit the additional supporting information via email if you also intend on completing the DPQQ. SECURITY:In order to participate in the ITN process, prospective suppliers will be required to access SECRET information. In order to do this these personnel must have a valid security clearance to enable them to view classified information at Authority premises. Therefore, the successful supplier must ensure all personnel working on the contract have personal security clearances and are citizens of the UK. The security clearance (SC preferred, if not DBS Certificate and Baseline Security Check) for participation at the Industry Day for ITN shall be mandatory to be obtained no later than a week before Industry Day. Successul Suppliers at DPQQ shall be notified of the details for Industry Day as soon as details are available. Without this clearance the supplier shall automatically be excluded on security grounds and shall not receive an ITN. To obtain SC please refer to the following: https://www.gov.uk/guidance/security-vetting-and-clearance. To obtain the basic DBS please refer to the following: https://www.gov.uk/request-copy-criminal-record. This clearance is expected to take up to 14 days. To obtain List X please refer to the following: https://www.gov.uk/guidance/defence-equipment-and-support-principal-security-advisor. 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",
"initiationType": "tender",
"tender": {
"id": "CBRN/00255",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "87589565",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "35113200",
"description": "Nuclear, biological, chemical and radiological protection equipment"
},
"mainProcurementCategory": "goods",
"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 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. 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) will require the provision of services including but not limited to; * Design, Develop, Manufacture of Sense equipment * Robust Algorithms development * Contract Management & Service Core Support. * Equipment Calibration & Planned Maintenance (if applicable). * Equipment Survey & Unplanned Maintenance and Repair. * Supply of Capital Equipment. * Supply of Capital & Consumable Spares. * Technical Support Services. * Post Design Services * Defence Standards Applicable to Training (DSAT) compliant or equivalent training package solution * Provision of training equipment and/or training packages.",
"value": {
"amount": 94000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 2,
"awardCriteriaDetails": "Suppliers may apply for Lot 1 and/or Lot 2 from this Contract Notice. Suppliers should submit a separate DPQQ response for each Lot. The Value within the advert is for the total requirement for Project BOSKER and has not been divided between the Lots."
},
"lots": [
{
"id": "1: Lightweight body worn Chemical Sensor.",
"description": "Key User Requirements (KURs): KUR 1: The User shall have a capability that will warn of the presence of specified airborne hazards in the immediate environment KUR 3: The User shall have a capability that will continuously monitor specified airborne hazards in the immediate environment KUR 14: The User shall have a capability that enables the survey of surfaces for the presence of specified deposited hazards KUR 21: The User shall have a capability that can target theatre-specific threats KUR 22: The User shall have a capability that can operate effectively in specified climatic conditions KUR 28: The User shall have a capability that is compatible with specified in-service equipment and systems KUR 33: The User shall have a capability that has a training solution KUR 34: The User shall have a capability that has a high level of operational availability throughout the period of operations KUR 59: The User shall have a capability that can be programmed to meet changing threats KUR 61: The User shall have a capability that is interoperable with specified in-service equipment and systems Scaling assumptions for Sensor 1 are c.5500 - 6000 units Defence requires 5-year services contract for this lot as defined within the 'scope of contract' section of this contract notice with +1 +1 +1 +1 option years for ISS. The expected through life support to be provided by the Contractor may cover areas including, but not limited to, the provision of technical documentation (such as user operating manuals, converted to AESP's), managing obsolescence and the provision of training support/training solution. Further information will be provided at the ITN stage of the competition. Please note that the initial purchase quantities and contract length specifications and/or scope provided in this Contract Notice are estimations. The Authority reserves the right to revise actual numbers and contract detail prior to the ITN being issued to PQQ down-selected suppliers.",
"contractPeriod": {
"startDate": "2023-03-31T00:00:00+01:00",
"endDate": "2032-03-31T23:59:59+01:00"
},
"hasRenewal": false,
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "The Suppliers which score the highest technical scores (also taking into account the Pass/Fail elements and financial standing) shall be selected to Tender (Max 5 Suppliers). If the Suppliers in position 5 and 6 score the same technically the Supplier with the higher financial standing shall be invited to tender."
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": true,
"options": {
"description": "5 year initial duration with 1+1+1+1 Option Years"
},
"status": "active"
},
{
"id": "2 - Base Chemical Sensor",
"description": "Key User Requirements (KUR's): KUR 1: The User shall have a capability that will warn of the presence of specified airborne hazards in the immediate environment KUR 3: The User shall have a capability that will continuously monitor specified airborne hazards in the immediate environment KUR 21: The User shall have a capability that can target theatre-specific threats KUR 22: The User shall have a capability that can operate effectively in specified climatic conditions KUR 28: The User shall have a capability that is compatible with specified in-service equipment and systems KUR 33: The User shall have a capability that has a training solution KUR 34: The User shall have a capability that has a high level of operational availability throughout the period of operations KUR 59: The User shall have a capability that can be programmed to meet changing threats KUR 61: The User shall have a capability that is interoperable with specified in-service equipment and systems Scaling assumptions for Sensor 2 are c.2500-3000 Defence requires 5-year services contract for this lot as defined within the 'scope of contract' section of this contract notice with +1 +1 +1 +1 option years for ISS. The expected through life support to be provided by the Contractor may cover areas including, but not limited to, the provision of technical documentation (such as user manuals), managing obsolescence and the provision of training support/solution. Further information will be provided at the ITN stage of the competition. Please note that the initial purchase quantities and contract length specifications and/or scope provided in this Contract Notice are estimations. The Authority reserves the right to revise actual numbers or contract detail prior to the ITN being issued to PQQ down-selected suppliers.",
"contractPeriod": {
"startDate": "2023-03-31T00:00:00+01:00",
"endDate": "2032-03-31T23:59:59+01:00"
},
"hasRenewal": false,
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "The Suppliers which score the highest technical scores (also taking into account the Pass/Fail elements and financial standing) shall be selected to Tender (Max 5 Suppliers). If the Suppliers in position 5 and 6 score the same technically the Supplier with the higher financial standing shall be invited to tender."
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": true,
"options": {
"description": "Initial 5 year period with 1+1+1+1 option years"
},
"status": "active"
},
{
"id": "1",
"description": "Development, Manufacture and Supply of PCAS, SCAS and DCAS equipment. The Contract was advertised in Lots, however as the same Supplier was successful within both Lots one contract was awarded.",
"awardCriteria": {
"criteria": [
{
"name": "Systems Requirement Document",
"type": "quality",
"description": "60"
},
{
"name": "Statement of Work",
"type": "quality",
"description": "30"
},
{
"name": "Social Values",
"type": "quality",
"description": "10"
},
{
"name": "Technical Overall",
"type": "quality",
"description": "70"
},
{
"name": "Cost Weighted Value for Money Index",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": true,
"options": {
"description": "4x Option Years"
},
"status": "cancelled"
}
],
"items": [
{
"id": "1: Lightweight body worn Chemical Sensor.",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35113200",
"description": "Nuclear, biological, chemical and radiological protection equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1: Lightweight body worn Chemical Sensor."
},
{
"id": "2 - Base Chemical Sensor",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35113200",
"description": "Nuclear, biological, chemical and radiological protection equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "2 - Base Chemical Sensor"
},
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Smiths Detection-Watford Limited, Century House, Maylands Avenue, Hemel Hempstead, Hertfordshire, HP2 7DE"
},
"relatedLot": "1"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=52603",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Professional requirements shall be determined through the DPQQ.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "Based on historical data the supplier is required to meet a minimum of an annual turnover threshold of PS10M. The Authority reserves the right to exclude the supplier from being selected to tender if this threshold cannot be met. However, where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, the Authority may consider the supplier as suitable to tender. Such evidence may include: a. Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and b. State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond. In addition, auditable accounts from the previous 12 months or equivalent if accounts not yet available must be submitted as part of the DPQQ response. The Authority may request further information regarding these accounts. An overall pass/fail judgement will be made after considering all areas, including turnover, profit, net assets, liquidity, gearing and capacity. This assessment will also include the parent company, indemnity, guarantee or bank bond where applicable. An independent financial assessment obtained from a reputable credit rating organisation may be utilised as part of this process. If a supplier is unable to meet the minimum annual turnover threshold and offers to supply the Authority with an indemnity, guarantee or bank bond the Authority will take this into consideration along with all the above factors to conclude the level of confidence within the financial assessment resulting in an overall pass/fail.",
"minimum": "This will be determined through the Financial element of the DPQQ. This section is mandatory.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Mandatory Technical questions covering the Requirement (Technical aspects) and Project Management are included within the DPQQ. These questions shall be scored as explained within the DPQQ. The Project Management element shall be assessed by DE&S and the Technical questions shall be assessed by DSTL as the Technical experts. There are individual Technical questions for Lot 1 and Lot 2. The Project Management Questions are the same for both Lots, but each PQQ needs to be completed separately.",
"minimum": "This will be determined through the Technical element of the DPQQ.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "As per the ITN.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2022-01-31T00:00:00Z"
},
"tenderPeriod": {
"endDate": "2021-11-29T17:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2023-03-31T23:59:59+01:00"
}
},
"hasRecurrence": false,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"newValue": {
"text": "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. Further info on security will be covered within the ITN stage."
},
"where": {
"section": "v1.3",
"label": "Additional Information"
}
}
],
"description": "Project BOSKER additional information"
}
]
},
"parties": [
{
"id": "GB-FTS-33096",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "NH1, Yew 3a, CBRN",
"locality": "Bristol",
"region": "UK",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Carly Williams",
"email": "carly.williams713@mod.gov.uk",
"url": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=52603"
},
"roles": [
"buyer"
],
"details": {
"url": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=52603",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "02",
"description": "Defence"
}
]
}
},
{
"id": "GB-FTS-33097",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "CBRN, Yew 3A, NH1, Abbey Wood",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "carly.williams713@mod.gov.uk"
},
"roles": [
"reviewBody",
"mediationBody"
]
},
{
"id": "GB-FTS-5483",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"locality": "Bristol",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "carly.williams713@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://contracts.mod.uk/go/75680979017D2E4586C4"
}
},
{
"id": "GB-FTS-93317",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "CBRN, Yew 3a, Abbey Wood",
"locality": "Bristol",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Carly Williams",
"email": "carly.williams713@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=52603",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "02",
"description": "Defence"
}
]
}
},
{
"id": "GB-FTS-93318",
"name": "Smiths Defence Watford Ltd",
"identifier": {
"legalName": "Smiths Defence Watford Ltd"
},
"address": {
"streetAddress": "Century House, Maylands Avenue, Hemel Hempstead,",
"locality": "Hertfordshire",
"region": "UK",
"postalCode": "HP2 7DE",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "caroline.turner@smithsdetection.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-93319",
"name": "MoD",
"identifier": {
"legalName": "MoD"
},
"address": {
"streetAddress": "Yew 3a, CBRN, Abbey Wood",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-93320",
"name": "MoD",
"identifier": {
"legalName": "MoD"
},
"address": {
"streetAddress": "Yew 3a, Abbeywood",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody",
"reviewContactPoint"
]
}
],
"buyer": {
"id": "GB-FTS-93317",
"name": "Ministry of Defence"
},
"language": "en",
"awards": [
{
"id": "028124-2023-CBRN/00255-1",
"relatedLots": [
"1"
],
"title": "Manufacture, Supply and Support for Next Generation Chemical Sense Equipment (Project BOSKER)",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-93318",
"name": "Smiths Defence Watford Ltd"
}
]
}
],
"contracts": [
{
"id": "028124-2023-CBRN/00255-1",
"awardID": "028124-2023-CBRN/00255-1",
"title": "Manufacture, Supply and Support for Next Generation Chemical Sense Equipment (Project BOSKER)",
"status": "active",
"value": {
"amount": 87589565,
"currency": "GBP"
},
"dateSigned": "2023-09-25T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 1
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 1
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
},
"links": [
{
"rel": "canonical",
"href": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=52603"
}
]
}