Tender

707397450- Procurement and In-Service Support for Radiological and Nuclear Detector

MINISTRY OF DEFENCE

This public procurement record has 3 releases in its history.

Planning

22 Aug 2023 at 08:14

TenderUpdate

21 Apr 2023 at 19:31

Planning

04 Apr 2023 at 08:36

Summary of the contracting process

The Ministry of Defence has initiated a procurement process for the "Procurement and In-Service Support for Radiological and Nuclear Detector" project. The contract, valued at approximately £4.5 million, involves the procurement of nuclear, biological, chemical, and radiological protection equipment. The procurement stage is currently in the planning phase, with key dates indicating the Pre-Qualification Questionnaire (PQQ) in early 2024, the Invitation to Tender (ITT) in early to mid 2024, and Contract Award (CA) by late 2024. The buying organisation, Ministry of Defence, based in Bristol, United Kingdom, will conduct the Industry Day on October 16, 2023, for potential suppliers to gain insights into the requirement and integration strategy.

This tender for the "Procurement and In-Service Support for Radiological and Nuclear Detector" offers significant business growth opportunities for companies specializing in security, fire-fighting, police, defence equipment, repair services, and military defence. Businesses with expertise in through-life support services, software updates, spares, and repairs will be well-suited to compete in this procurement process. The tender, which involves the Ministry of Defence in the UK, aims to engage suppliers for a contractual period spanning from 2025 to 2035. Interested parties are required to collaborate with L3Harris for integration activities and are encouraged to participate in the upcoming Industry Day for detailed briefings and engagement opportunities.

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

707397450- Procurement and In-Service Support for Radiological and Nuclear Detector

Notice Description

Please see original PIN reference: 2023/S 000-009740 and 2023/S 000-0115 The DE&S Specialist Explosive Ordnance and Disposal (EOD), Exploitation and Countermeasures (SEEC) Delivery Team (DT) have initiated a project for the Procurement and In-Service Support of a Radiological and Nuclear detector. The user group require the equipment to be capable of detecting both Gamma and Neutron emissions, monitor radiation levels to allow localisation of source and identify radioactive isotopes. A key component of the capability is that it can be mounted permanently (if required) onto the L3Harris T7 remote control vehicle (RCV). Furthermore, the capability must be able to display the information in real time to operators at the Incident control point (ICP) location and not hinder the routine operations of the RCV. The aspiration is that the detector can interface (through both software & hardware) with the L3Harris T7 and therefore prospective interested parties in this upcoming tender need to be content with sharing and collaboration activity with L3Harris to maximise this integration. Moreover, equipment testing at ITT and post contract award by DE&S may be required. The current assumption is that the solution is likely to be Modified Off The Shelf (MOTS) and will include a requirement for through-life support for the capability. Through-life support will include spares, repairs, software updates, safety and configuration/ obsolescence management. The expectation is this capability will be in-service 2025 - 2035 although this is subject to change. Full details shall be included at the Contract Notice and Invitation to Tender phase of the competition. The classification of the requirement is up to and including OFFICIAL-SENSITIVE. Please see 'Additional Information' section for Industry Day and DSEI information. Additional information: Procurement Timescales & Contract Value The estimated total contract value is circa PS4.5m ex VAT for a 5 year contract with the option to extend for a further 2 years. Estimated timescales are Pre-Qualification Questionnaire (PQQ) early 2024, Invite to Tender (ITT) early to mid 2024 and Contract Award (CA) by late 2024. Industry Day The Industry Day will take place in Bristol on Monday 16th October 2023 and will be an 'in-person' event. The Industry Day is a briefing from the Authority to Industry, during which the Authority will describe the requirement and integration strategy. The day will consist of a presentations, talks and Q&A sessions in which industry participation is encouraged. There will also be an opportunity to view the STARTER system with a demonstration and talk being provided by L3 Harris. We will invite Industry comments in relation to both the operational, and procurement and commercial strategies. All information gathered will be taken into consideration and may inform the future strategy of the programme, however, this is not guaranteed. A follow up document containing key information from the day will be provided to all attendees after the event. Commercially sensitive information will not be shared. The Specialist Explosive Ordnance and Disposal (EOD) Delivery Team, Specialist Autonomous Mobility (SAM) Delivery Team, Atomic Weapons Establishment (AWE) and L3 Harris will be in attendance. Should your Organisation wish to attend the Industry Day please contact the following email address to register your interest: toni.stadon100@mod.gov.uk . Please note, applications to attend this Industry Day will not be accepted after Monday 2nd October 2023 at midday. Industry attendance will be limited to two (2) attendees per company due to limited capacity. The event will be classified Official Sensitive, therefore there is a requirement for confirmation of extant Security Clearance (SC or equivalent as a minimum) to be provided prior to attendance at the event. Please include the full names, date of birth and nationality of attendees. Non-UK companies are required to provide confirmation of the Security Clearance of attendees and contact information of their Branch Security Officer (BSO). Information from the event cannot be shared with Organisations that do not meet the minimum Security Clearance that were unable to attend the event. Further information, including an agenda and discussion topics will be provided in good time following registration and confirmation of relevant security clearances. DSEI The Specialist Explosive Ordnance and Disposal (EOD) Delivery Team will be attending DSEI on the 12th and 13th of September 2023. If you would like the opportunity to meet the team please email toni.stadon100@mod.gov.uk to arrange a suitable time. Please note, additional information will not be shared, this is a 'meet and greet' only. Further Information You must not take this announcement to mean confirmation that MOD shall award a contract for this requirement. The MOD is publishing this announcement without any commitment to issue a tender or place a contract. Accordingly, any expenditure, work or effort undertaken before contract award is a matter solely for the commercial judgement of potential suppliers.

Lot Information

Lot 1

The DE&S Specialist Explosive Ordnance and Disposal (EOD), Exploitation and Countermeasures (SEEC) Delivery Team (DT) have initiated a project for the Procurement and In-Service Support of a Radiological and Nuclear detector. The user group require the equipment to be capable of detecting both Gamma and Neutron emissions, monitor radiation levels to allow localisation of source and identify radioactive isotopes. A key component of the capability is that it can be mounted permanently (if required) onto the L3Harris T7 remote control vehicle (RCV). Furthermore, the capability must be able to display the information in real time to operators at the Incident control point (ICP) location and not hinder the routine operations of the RCV. The aspiration is that the detector can interface (through both software & hardware) with the L3Harris T7 and therefore prospective interested parties in this upcoming tender need to be content with sharing and collaboration activity with L3Harris to maximise this integration. Moreover, equipment testing at ITT and post contract award by DE&S may be required. The current assumption is that the solution is likely to be Modified Off The Shelf (MOTS) and will include a requirement for through-life support for the capability. Through-life support will include spares, repairs, software updates, safety and configuration/ obsolescence management. The expectation is this capability will be in-service 2025 - 2035 although this is subject to change. Full details shall be included at the Contract Notice and Invitation to Tender phase of the competition. The classification of the requirement is up to and including OFFICIAL-SENSITIVE.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03bc45
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/024571-2023
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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

50 - Repair and maintenance services

75 - Administration, defence and social security services


CPV Codes

35000000 - Security, fire-fighting, police and defence equipment

35113200 - Nuclear, biological, chemical and radiological protection equipment

50600000 - Repair and maintenance services of security and defence materials

75221000 - Military defence services

Notice Value(s)

Tender Value
£4,500,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
22 Aug 20232 years ago
Submission Deadline
Not specified
Future Notice Date
29 Jun 2023Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Additional Buyers

DEFENCE EQUIPMENT AND SUPPORT

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

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-03bc45-2023-08-22T09:14:05+01:00",
    "date": "2023-08-22T09:14:05+01:00",
    "ocid": "ocds-h6vhtk-03bc45",
    "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.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03bc45",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "707397450- Procurement and In-Service Support for Radiological and Nuclear Detector",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "35113200",
            "description": "Nuclear, biological, chemical and radiological protection equipment"
        },
        "mainProcurementCategory": "goods",
        "description": "Please see original PIN reference: 2023/S 000-009740 and 2023/S 000-0115 The DE&S Specialist Explosive Ordnance and Disposal (EOD), Exploitation and Countermeasures (SEEC) Delivery Team (DT) have initiated a project for the Procurement and In-Service Support of a Radiological and Nuclear detector. The user group require the equipment to be capable of detecting both Gamma and Neutron emissions, monitor radiation levels to allow localisation of source and identify radioactive isotopes. A key component of the capability is that it can be mounted permanently (if required) onto the L3Harris T7 remote control vehicle (RCV). Furthermore, the capability must be able to display the information in real time to operators at the Incident control point (ICP) location and not hinder the routine operations of the RCV. The aspiration is that the detector can interface (through both software & hardware) with the L3Harris T7 and therefore prospective interested parties in this upcoming tender need to be content with sharing and collaboration activity with L3Harris to maximise this integration. Moreover, equipment testing at ITT and post contract award by DE&S may be required. The current assumption is that the solution is likely to be Modified Off The Shelf (MOTS) and will include a requirement for through-life support for the capability. Through-life support will include spares, repairs, software updates, safety and configuration/ obsolescence management. The expectation is this capability will be in-service 2025 - 2035 although this is subject to change. Full details shall be included at the Contract Notice and Invitation to Tender phase of the competition. The classification of the requirement is up to and including OFFICIAL-SENSITIVE. Please see 'Additional Information' section for Industry Day and DSEI information. Additional information: Procurement Timescales & Contract Value The estimated total contract value is circa PS4.5m ex VAT for a 5 year contract with the option to extend for a further 2 years. Estimated timescales are Pre-Qualification Questionnaire (PQQ) early 2024, Invite to Tender (ITT) early to mid 2024 and Contract Award (CA) by late 2024. Industry Day The Industry Day will take place in Bristol on Monday 16th October 2023 and will be an 'in-person' event. The Industry Day is a briefing from the Authority to Industry, during which the Authority will describe the requirement and integration strategy. The day will consist of a presentations, talks and Q&A sessions in which industry participation is encouraged. There will also be an opportunity to view the STARTER system with a demonstration and talk being provided by L3 Harris. We will invite Industry comments in relation to both the operational, and procurement and commercial strategies. All information gathered will be taken into consideration and may inform the future strategy of the programme, however, this is not guaranteed. A follow up document containing key information from the day will be provided to all attendees after the event. Commercially sensitive information will not be shared. The Specialist Explosive Ordnance and Disposal (EOD) Delivery Team, Specialist Autonomous Mobility (SAM) Delivery Team, Atomic Weapons Establishment (AWE) and L3 Harris will be in attendance. Should your Organisation wish to attend the Industry Day please contact the following email address to register your interest: toni.stadon100@mod.gov.uk . Please note, applications to attend this Industry Day will not be accepted after Monday 2nd October 2023 at midday. Industry attendance will be limited to two (2) attendees per company due to limited capacity. The event will be classified Official Sensitive, therefore there is a requirement for confirmation of extant Security Clearance (SC or equivalent as a minimum) to be provided prior to attendance at the event. Please include the full names, date of birth and nationality of attendees. Non-UK companies are required to provide confirmation of the Security Clearance of attendees and contact information of their Branch Security Officer (BSO). Information from the event cannot be shared with Organisations that do not meet the minimum Security Clearance that were unable to attend the event. Further information, including an agenda and discussion topics will be provided in good time following registration and confirmation of relevant security clearances. DSEI The Specialist Explosive Ordnance and Disposal (EOD) Delivery Team will be attending DSEI on the 12th and 13th of September 2023. If you would like the opportunity to meet the team please email toni.stadon100@mod.gov.uk to arrange a suitable time. Please note, additional information will not be shared, this is a 'meet and greet' only. Further Information You must not take this announcement to mean confirmation that MOD shall award a contract for this requirement. The MOD is publishing this announcement without any commitment to issue a tender or place a contract. Accordingly, any expenditure, work or effort undertaken before contract award is a matter solely for the commercial judgement of potential suppliers.",
        "value": {
            "amount": 4500000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The DE&S Specialist Explosive Ordnance and Disposal (EOD), Exploitation and Countermeasures (SEEC) Delivery Team (DT) have initiated a project for the Procurement and In-Service Support of a Radiological and Nuclear detector. The user group require the equipment to be capable of detecting both Gamma and Neutron emissions, monitor radiation levels to allow localisation of source and identify radioactive isotopes. A key component of the capability is that it can be mounted permanently (if required) onto the L3Harris T7 remote control vehicle (RCV). Furthermore, the capability must be able to display the information in real time to operators at the Incident control point (ICP) location and not hinder the routine operations of the RCV. The aspiration is that the detector can interface (through both software & hardware) with the L3Harris T7 and therefore prospective interested parties in this upcoming tender need to be content with sharing and collaboration activity with L3Harris to maximise this integration. Moreover, equipment testing at ITT and post contract award by DE&S may be required. The current assumption is that the solution is likely to be Modified Off The Shelf (MOTS) and will include a requirement for through-life support for the capability. Through-life support will include spares, repairs, software updates, safety and configuration/ obsolescence management. The expectation is this capability will be in-service 2025 - 2035 although this is subject to change. Full details shall be included at the Contract Notice and Invitation to Tender phase of the competition. The classification of the requirement is up to and including OFFICIAL-SENSITIVE.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50600000",
                        "description": "Repair and maintenance services of security and defence materials"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75221000",
                        "description": "Military defence services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ]
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-06-30T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "Frequently Asked Questions for this procurement can be found at: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=56059 If you have any questions please contact Maia.Harris135@mod.gov.uk"
                        },
                        "where": {
                            "section": "VI.3"
                        }
                    }
                ]
            }
        ],
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "35000000",
                "description": "Security, fire-fighting, police and defence equipment"
            },
            {
                "scheme": "CPV",
                "id": "50600000",
                "description": "Repair and maintenance services of security and defence materials"
            },
            {
                "scheme": "CPV",
                "id": "75221000",
                "description": "Military defence services"
            }
        ],
        "contractPeriod": {
            "durationInDays": 1800
        }
    },
    "parties": [
        {
            "id": "GB-FTS-12610",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Bristol",
                "region": "UK",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Maia Harris",
                "email": "Maia.Harris135@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.des.mod.uk",
                "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-80931",
            "name": "Defence Equipment and Support",
            "identifier": {
                "legalName": "Defence Equipment and Support"
            },
            "address": {
                "streetAddress": "Specialist EOD&S, Exploitation and Countermeasures Team, Abbey Wood, #8207, Rowan 2C",
                "locality": "Bristol",
                "region": "UK",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Maia Harris",
                "email": "Maia.Harris135@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://des.mod.uk/"
            }
        },
        {
            "id": "GB-FTS-56259",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Ministry of Defence",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Attn: Toni Stadon",
                "email": "Toni.Stadon100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.des.mod.uk/",
                "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"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-56259",
        "name": "Ministry of Defence"
    },
    "language": "en"
}