{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03bc95-2024-09-12T16:31:39+01:00",
    "date": "2024-09-12T16:31:39+01:00",
    "ocid": "ocds-h6vhtk-03bc95",
    "description": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=56005",
    "initiationType": "tender",
    "tender": {
        "id": "CBRN/00300",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "Supply of Radiation Identification Equipment (RIE) and Check Source",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "35113200",
            "description": "Nuclear, biological, chemical and radiological protection equipment"
        },
        "additionalClassifications": [
            {
                "scheme": "TED_TYPE_SUPPLIES_CONTRACT",
                "id": "PURCHASE",
                "description": "Purchase"
            }
        ],
        "mainProcurementCategory": "goods",
        "description": "The Chemical, Biological, Radiological & Nuclear (CBRN) Delivery Team are looking to place a contract for the manufcature, supply and delivery of Radiation Identification Equipment (RIE) and the purchase of Radioactive Check Sources. RIE is part of the Deployed Force Radiological Detection & Monitoring Equipment (DFRDME) suite. For clarity, this requirement does not include any other parts of the DFRDME suite of equipment. The specific type of check source we require is supplied by HTSL - ISOTRAK Product Code: QCRB5203 - DRG No. VZ-2263.",
        "value": {
            "amount": 4300000,
            "currency": "GBP"
        },
        "hasOptions": false,
        "hasRenewal": false,
        "contractPeriod": {
            "durationInDays": 720
        },
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "DSTL Alverstoke"
                }
            }
        ],
        "subcontracting": {
            "description": "The successful tenderer is obliged to subcontract the following share of the contract through the procedure set out in Part 7 of the DSPCR 2011: minimum percentage 18.6%, maximum percentage 30% of the value of the contract. 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": "The Authority reserves the right to ask for an indemnity, guarantee or bank bond if the supplier does not meet the required standard for economic and financial standing within the PQQ.",
            "languages": [
                "en"
            ]
        },
        "communication": {
            "documentAvailabilityPeriod": {
                "endDate": "2023-04-21T23:59:00+01:00"
            }
        },
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Potential Providers will be required to complete a Pre-Qualification Questionnaire (PQQ). If successful at the PQQ stage they will be required to complete a Statement Relating to Good Standing as part of their tender response.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "suitability",
                    "description": "This will be defined in the PQQ or tender documentation if applicable.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "economic",
                    "description": "This will be defined in the PQQ or tender documentation if applicable.",
                    "minimum": "This will be defined in the PQQ or tender documentation if applicable.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "This will be defined in the PQQ or tender documentation if applicable.",
                    "minimum": "This will be defined in the PQQ or tender documentation if applicable.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "technical",
                    "description": "This will be defined in the PQQ or tender documentation if applicable.",
                    "minimum": "This will be defined in the PQQ or tender documentation if applicable.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "This will be defined in the PQQ or tender documentation if applicable.",
                    "minimum": "This will be defined in the PQQ or tender documentation if applicable.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                }
            ],
            "description": "The Authority will use the DPQQ 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 this notice and the DPQQ. If 2 or more suppliers receive the same score, resulting in more than 6 becoming eligible for an invitation to tender, the Authority will review the economic and financial positions as the basis for evaluation. The supplier with the higher economic and financial position will be taken forward."
        },
        "contractTerms": {
            "financialTerms": "Payment follows delivery and acceptance of the goods.",
            "tendererLegalForm": "If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering into the contract."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated with publication of a contract notice",
        "secondStage": {
            "minimumCandidates": 3,
            "maximumCandidates": 6
        },
        "tenderPeriod": {
            "endDate": "2023-05-05T23:59:00+01:00"
        },
        "hasRecurrence": false,
        "awardCriteria": {
            "criteria": [
                {
                    "name": "Non Cost Criteria",
                    "description": "70",
                    "numbers": [
                        {
                            "number": "1",
                            "weight": "order"
                        }
                    ]
                },
                {
                    "name": "Cost",
                    "description": "30",
                    "numbers": [
                        {
                            "number": "2",
                            "weight": "order"
                        }
                    ]
                }
            ]
        }
    },
    "parties": [
        {
            "id": "GB-FTS-16849",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Caroline.McLaughlin108@mod.gov.uk, attn: Mclaughlin Caroline",
                "email": "caroline.mclaughlin108@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://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-5099",
            "name": "MOD",
            "identifier": {
                "legalName": "MOD"
            },
            "address": {
                "streetAddress": "Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-124142",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "CBRN DT, Yew 3a, Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Attn: Williams Carly",
                "email": "carly.williams713@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-FTS-124151",
            "name": "Kromek Ltd",
            "identifier": {
                "legalName": "Kromek Ltd"
            },
            "address": {
                "streetAddress": "NETPark, Sedgefield,",
                "locality": "Durham",
                "postalCode": "TS21 3FD",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-124142",
        "name": "Ministry of Defence"
    },
    "language": "en",
    "awards": [
        {
            "id": "029285-2024-CBRN/00300-1",
            "status": "active",
            "hasSubcontracting": false,
            "suppliers": [
                {
                    "id": "GB-FTS-124151",
                    "name": "Kromek Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "029285-2024-CBRN/00300-1",
            "awardID": "029285-2024-CBRN/00300-1",
            "status": "active",
            "value": {
                "amount": 13749750,
                "currency": "GBP"
            },
            "period": {
                "durationInDays": 210
            },
            "dateSigned": "2024-08-22T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 4
            },
            {
                "id": "2",
                "measure": "electronicBids",
                "value": 4
            }
        ]
    }
}