Open
The Procurement and In-Service Support for a Man-Portable Digital X-Ray System
Request tender documents
Save your time. You just request and we will send you the available documents.
Request for bid service
Save your time. You just request and we will arrange tender related all available documents to bid writers for the best possible quote.
Descriptions
1.Introduction 1.1The 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.1.2The 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. 1.3The 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.1.4The competitive procedure will be managed in accordance with a Restricted procedure under Defence and Security Public Contracts Regulations 2011.1.5You 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.1.6During 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. 2.Scope of Requirement 2.1CASEMAKER will deliver a capability that is available to UK based Defence Users. 2.2The Authority is seeking a mature Commercial-off-the-Shelf (COTS) solution to meet the requirement. 2.3In-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 3.1The requirement includes the provision of the following contract option:3.1.1Extension of In-Service Support for an additional period of two years. 3.2The 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 4.1The Cyber Risk level for this procurement is VERY LOW. The Risk Assessment Reference (RAR) if RAR-744345550.4.2A 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. 4.3The maximum classification of the CASEMAKER contract and its data is expected to be OFFICIAL SENSITIVE. 5.Estimated Timescales 5.1The table below details the anticipated timeframes of this procurement. These dates are provided for information only. ActivityDateFinal date for DPQQ Clarification Questions10 October 2022DPQQs returned to MOD17:00 17 October 2022Invitation to Tender Issued1 November 2022Tenders Returned to MOD4 January 2023Authority Evaluation of ITT Completed8 February 2023Anticipated Date of Contract Award20 February 2023Contract Expiry19 February 2028 (excluding options)6.Estimated Value6.1The estimated overall value of the contract, including all option extension periods being taken, is £5,446,670 (EX VAT).
Timeline
Published Date :
Deadline :
Contract Start :
Contract End :
Tender Regions
CPV Codes
24931230 - X-ray developers
33111300 - X-ray processing devices
33111600 - Radiography devices
33111000 - X-ray devices
38582000 - X-ray inspection equipment
50421200 - Repair and maintenance services of X-ray equipment
38546100 - Bomb detectors
Keywords
film processor
X-ray equipment
X-ray devices
X ray inspection systems
generator diagnostics
military bomb finders
X ray tube servicing
weld inspection machines
X ray processing devices
tube housing service
X ray flaw detectors
control console repair
darkroom processors
X ray imaging devices
collimator alignment
bomb detection equipment
radiographic developer
radiographic machines
image intensifier repair
medical film processor
portable bomb sensors
X ray film reagent
industrial X ray testers
filtration system clean
diagnostic X-ray units
radiography devices
material inspection X ray units
explosive device locators
threat detection instruments
high voltage cable testing
general radiography units
detector panel recalibration
radiology developer liquid
X ray chemical processors
diagnostic radiography machines
radiation output calibration
Workflows
Status :
Procedure :
Suitable for SME :
Nationwide :
Assign to :
Tender Progress :
Details
Notice Type :
Tender Identifier :
Tenderbase ID :
Low Value :
High Value :
Buyer Information
Name :