Published date: 2 September 2022
This notice was replaced on 4 October 2023
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Awarded contract (published 4 October 2023, last edited 26 October 2023)
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
X-ray devices - 33111000
Location of contract
Any region
Value of contract
£5,446,670
Procurement reference
tender_301704/1103382
Published date
2 September 2022
Closing date
17 October 2022
Closing time
5pm
Contract start date
20 February 2023
Contract end date
19 February 2028
Contract type
Supply contract
Procedure type
Restricted procedure (above threshold)
A two-stage procedure, where the first stage is used to select suppliers, who are then invited to bid in the second stage.
This procedure can be used for procurements above the relevant contract value threshold.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
No
Description
1. Introduction
1.1 The DE&S Specialist EODS, [Explosive Ordnance Disposal & Search], Exploitation and Countermeasures (SEEC) team intends to competitively assess, select and award a contract to deliver and support a digital X-Ray capability for use by UK Armed Forces during Improvised Explosive Device Disposal operations. This Contract will deliver an initial order of 22 units with potential to purchase additional units over the Contract duration.
1.2 The CASEMAKER capability shall provide a through-barrier system, specifically X-Ray, consisting of, but not limited to, an X-Ray generator, a detector panel, and a laptop used to display and manipulate the image.
1.3 The system needs to comply with MOD standards and policies for quality, safety, security and cyber, amongst others. Full details shall be provided at the Invitation to Tender (ITT) stage of the competition.
1.4 The competitive procedure will be managed in accordance with a Restricted procedure under Defence and Security Public Contracts Regulations 2011.
1.5 You may express your interest in this requirement by completing the Pre-Qualification Questionnaire (PQQ) found at https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=54785. The full requirement will be issued in the ITT and suppliers will be given appropriate time to respond with their tenders. The Authority shall take forward a maximum of six suppliers that have provided a compliant response to the PQQ. The six highest scoring compliant suppliers will be invited to tender.
1.6 During the Tender Evaluation Phase, there is a requirement for the Potential Providers to provide one (1) complete system for trials in support of the tender evaluation. The system would need to be available upon request in accordance with the indicative timescales set out in the supplementary information. The supplier shall provide its goods for trial at its own cost. Complete details on the testing will be released in the ITT.
More information
Additional text
-
2. Scope of Requirement
2.1 CASEMAKER will deliver a capability that is available to UK based Defence Users.
2.2 The Authority is seeking a mature Commercial-off-the-Shelf (COTS) solution to meet the requirement.
2.3 In-service support shall be provided for a period of five years from Contract Award. The requirements of in-service support include, but are not limited to: provision of spares, repairs and turnaround times, quality management, safety management, obsolescence management. Performance against these requirements will be monitored as part of standard MOD Contract Management processes.
3. Contract Options
3.1 The requirement includes the provision of the following contract option:
3.1.1 Extension of In-Service Support for an additional period of two years.
3.2 The Authority reserve the right, at its absolute discretion, to not take up any or all the option. Further information on the option will be provided in the Invitation to Tender.
4. Security Information
4.1 The Cyber Risk level for this procurement is VERY LOW. The Risk Assessment Reference (RAR) if RAR-744345550.
4.2 A full description of the Cyber Risk levels is available at DEFSTAN 05-138. Potential Providers should make themselves familiar with the requirements against the profile assessment for this risk level.
4.3 The maximum classification of the CASEMAKER contract and its data is expected to be OFFICIAL SENSITIVE.
5. Estimated Timescales
5.1 The table below details the anticipated timeframes of this procurement. These dates are provided for information only.
Activity Date
Final date for DPQQ Clarification Questions 10 October 2022
DPQQs returned to MOD 17 October 2022
Invitation to Tender Issued 1 November 2022
Tenders Returned to MOD 4 January 2023
Authority Evaluation of ITT Completed 8 February 2023
Anticipated Date of Contract Award 20 February 2023
Contract Expiry 19 February 2028 (excluding options)
6. Estimated Value
6.1 The estimated overall value of the contract, including al option extension periods being taken, is £5,446,670 (EX VAT).
About the buyer
Contact name
Maia Harris
Address
Specialist EOD&S, Exploitation and Countermeasures Team, Defence Equipment and Support, Abbey Wood, #8207, Rowan 2C
Bristol
BS34 8JH
England
Website
Share this notice