Tender for Radiation Dosimeters
Purchase and Support of personal Radiation detection and monitoring equipment.
United Kingdom-Bristol: Radiation dosimeters
2013/S 184-317243
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
Chemical, Biological, Radiological and Nuclear Delivery Team, DE&S
DES CBRN DT, Yew 3a #1342, Abbeywood
For the attention of: D. Vinyard
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067939040
E-mail: descbrn-com2a@mod.uk
Fax: +44 3067931906
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Purchase
NUTS code UKJ31
Radiation monitors. Alarm Systems. The Chemical, Biological, Radiation and Nuclear (CBRN) Delivery Team (DT) are equipment sponsors for radiation detection and monitoring equipment used within the UK Ministry of Defence (MOD). The CBRN DT, known as the Authority, has a requirement to provide a single multi function man-portable probe to be used for the detection and monitoring of Alpha, Beta and Gamma / Photon radiations in a single unit, ideally interfacing with existing Authority in-service equipment.
The single Alpha, Beta and Gamma radiation detection capability shall be capable of providing the end user with a single probe that can be used for a multiple set of scenario’s including, but not exclusive of, Health and Safety, Health Physics, Emergency response and full military operations, while digitally displaying the discriminated levels of Alpha, Beta and Photon radiations from background to full war threat levels of detection. Equipment should have a weight low enough to be comfortably manoeuvred in single handed operation whilst in full combat / protective dress. It is an essential requirement that this probe will be rugged enough to survive in a frontline operations environment with no or minimal repair required for the duration of extended missions.
The requirement is for an estimated quantity of 600 units to be provided to the MOD in batches over a the next 3 to 24 month period. It is envisaged that the probe will be in-service for a minimum duration of 10 years, with preferred solutions providing In-service support provided by the contractor for the same period.
The Authority invites expressions of interest from industry for the supply of a probe that can meet the capability defined above. Suppliers wishing to bid for the supply of this equipment may be asked to provide sample equipment, at no cost to the crown, for testing against MoD requirements as part of the ITT process. It is anticipated that the technology for this capability is readily available as a Commercial of the Shelf (COTS) purchase. Bidders will be expected to provide costs and timescales as part of the ITT. Expressions of Interest to be received by Friday 18.10.2013.
38341200
Section III: Legal, economic, financial and technical information
A full list of the Regulation 23(1) and 23(2) criteria are at: http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr
Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
Section IV: Procedure
Section VI: Complementary information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk. The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk GO Reference: GO-2013919-DCB-5134055.
Chemical, Biological, Radiological & Nuclear Delivery Team, DE&S
Yew 3a #1342 MOD Abbeywood
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067939040
VI.5)Date of dispatch of this notice:19.9.2013