By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Handheld Thermal Imaging System.

Contract award notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Ministry of Defence, Land Equipment, Special Projects SPSCM Team
Defence Equipment and Support, Rowan 0c #8207, MOD Abbey Wood
Contact point(s): SPSCM-Comrcl1b
For the attention of: Nicolas Gibbs
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067936752
E-mail:
Fax: +44 1179137945

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Handheld Thermal Imaging System.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKK11

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
Ultrasonic unit. Handheld thermal imaging equipment. Manufacturers are invited to submit details of a handheld thermal imaging system, capable of being used in Personal Protective Equipment (PPE) which may include gloves and safety goggles. The system must be capable of using commercially available batteries (e.g. AA, AAA, C) and must be able to store and record data. The equipment must not use wireless data transmissions.
In addition, the Authority requires a Support Contract for the equipment for an initial 3-year period with 2 x 1-year Options, which should take into account repair and routine calibration (if required). The Manufacturer should also include a list of relevant spares and ancillaries to be provided along the same timescale as the Support Contract.
Interested parties should submit an expression of interest, which includes an appropriate scope covering this requirement, to the Authority's nominated representative. This should include, but is not limited to, a full technical description and details of the equipment.
Further to the above, and as a result of assessment of responses, the Authority may request samples of products that meet the above requirements as part of the tender process. These units will be required to be supplied on loan at no cost to the Authority in order to test compliance with the system requirements. Manufacturers would then be expected to supply a manufacturing delivery schedule for direct delivery to a nominated establishment in the UK.
II.1.5)Common procurement vocabulary (CPV)

33112200

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 136 655 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Technical element. Weighting 60
2. Price element. Weighting 40
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
SPSCM/00985
IV.3.2)Previous publication(s) concerning the same contract
no

Section V: Award of contract

Contract No: SPSCM/00985
V.1)Date of contract award decision:
29.1.2016
V.2)Information about offers
Number of offers received: 2
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Rosenbauer UK
Brockholes Business Park, Rockmill Road
HD9 7BN Holmfirth
UNITED KINGDOM
E-mail:

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 136 655 GBP
Excluding VAT
Total final value of the contract:
Value: 136 655 GBP
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional 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.
From 2.4.2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC.

https://www.gov.uk/government/publications/government-security-classifications

The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise.

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-2016217-DCB-7770313.

VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

Ministry of Defence, Land Equipment, Special Projects SPSCM Team
Defence Equipment and Support, Rowan 0c #8207, MOD Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
E-mail:
Telephone: +44 3067936752
Fax: +44 1199137945

Body responsible for mediation procedures

Ministry of Defence, Land Equipment, Special Projects SPSCM Team

VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained

Ministry of Defence, Land Equipment, Special Projects SPSCM Team

VI.4)Date of dispatch of this notice:
17.2.2016