CBRN Training Equipment

Open

Value

£850,000

Classifications

  • Repair and maintenance services of military electronic systems

Tags

  • tender

Submission Deadline

5 days from now

Published

3 weeks ago

Description

The Chemical, Biological, Radiation and Nuclear Delivery Team (CBRN-DT) (the contracting Authority) are equipment sponsors for CBRN detection, identification, monitoring sample collection equipment used by UK Government. 

The Authority has a requirement for a supplier to provide support for its range of Chemical, Biological, Radiological and Nuclear Training Equipment (CBRNTE). This requirement shall also include the ability to purchase additional CBRNTE articles (however this is optional and not guaranteed) and CBRNTE-related ad-hoc support tasks. 

 
The equipment requiring support was supplied by ARGON Electronics (UK) Ltd and functionally emulates items that are supplied in their operational format by other Operation Equipment Manufacturers (OEM)'s.  The range of equipment includes: 

 

a.           SMITHS DETECTION Ltd:   LCAD, LCD3.2, LCD3.3, MCAD and CAM, and associated software applications. 

b.           PROENGIN:  AP4C/S4PE and associated software applications. 

c.           MIRION:  ADM-300v1(b), probes, simulated sources and associated software applications. 

 

The contract Core requirements will include survey, maintain, repair, attritional loss replacement, disposal, provision of User spares and consumable items, simulation, software support, training support, obsolescence management, documentation updates, and other simulation-related ad-hoc tasks (on a call-off basis tasking mechanism).  The contract shall also include the ability to purchase additional CBRNTE items to increase the quantity and types of CBRNTE items held (if required and not guaranteed).  

 
The contract duration will be for 3 years (from April 2025 to March 2028) valued at approx £0.510 and an approx value of £0.850M, with two options years.

Additional information: 
To express interest you must complete the Defence Pre-qualification Questionnaire as published on the Defence Sourcing Portal. Any queries please contact [email protected]

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

ADEWS/137: Sanson Two

A single contract for a 4-year period (with 2x 1yr extension options) for 1st and 2nd line maintenance of the T102 Air Defence Radar based at RRH Portreath and additionally there are site maintenance responsibilities. The radar comprises a BAE Systems primary surveillance radar, enhanced through integration of an Airbus Defence and Space, Monopulse Secondary Surveillance Radar (MSSR), Mode S compatible radar. The system was upgraded in 2013 to mitigate against interference from 4G telephony and has undergone modification for Mode 5 Identification Friend or Foe (IFF) with anti-spoofing protection. The Original Equipment Manufacturer British Aerospace is responsible for all 3rd and 4th line maintenance requirements. The site maintenance aspects cover technical tasks including both the Radar and other Air Battlespace Management/Air Traffic Management equipment which may require scheduled and unscheduled maintenance. There are also non-technical site management responsibilities. The contractor will adhere to all Intellectual Property Rights (IPR) arrangements in all aspects of the work. Where the contractor is not the Original Equipment Manufacturer (OEM) the contractor is required to put in place formal arrangements with the OEM to access the technical data (intellectual property) necessary to support its contractual obligations. Quantity or scope: A single contract for a 4-year period (with 2x 1yr extension options) for 1st and 2nd line maintenance of the T102 Air Defence Radar based at RRH Portreath and additionally there are site maintenance responsibilities. The radar comprises a BAE Systems primary surveillance radar, enhanced through integration of an Airbus Defence and Space, Monopulse Secondary Surveillance Radar (MSSR), Mode S compatible radar. The system was upgraded in 2013 to mitigate against interference from 4G telephony and has undergone modification for Mode 5 Identification Friend or Foe (IFF) with anti-spoofing protection. The Original Equipment Manufacturer British Aerospace is responsible for all 3rd and 4th line maintenance requirements. The site maintenance aspects cover technical tasks including both the Radar and other Air Battlespace Management/Air Traffic Management equipment which may require scheduled and unscheduled maintenance. There are also non-technical site management responsibilities. The contractor will adhere to all Intellectual Property Rights (IPR) arrangements in all aspects of the work. Where the contractor is not the Original Equipment Manufacturer (OEM) the contractor is required to put in place formal arrangements with the OEM to access the technical data (intellectual property) necessary to support its contractual obligations.

Open

CBRN Training Equipment

The Chemical, Biological, Radiation and Nuclear Delivery Team (CBRN-DT) (the contracting Authority) are equipment sponsors for CBRN detection, identification, monitoring sample collection equipment used by UK Government. The Authority has a requirement for a supplier to provide support for its range of Chemical, Biological, Radiological and Nuclear Training Equipment (CBRNTE). This requirement shall also include the ability to purchase additional CBRNTE articles (however this is optional and not guaranteed) and CBRNTE-related ad-hoc support tasks. The equipment requiring support was supplied by ARGON Electronics (UK) Ltd and functionally emulates items that are supplied in their operational format by other Operation Equipment Manufacturers (OEM)'s.  The range of equipment includes: a.           SMITHS DETECTION Ltd:   LCAD, LCD3.2, LCD3.3, MCAD and CAM, and associated software applications. b.           PROENGIN:  AP4C/S4PE and associated software applications. c.           MIRION:  ADM-300v1(b), probes, simulated sources and associated software applications. The contract Core requirements will include survey, maintain, repair, attritional loss replacement, disposal, provision of User spares and consumable items, simulation, software support, training support, obsolescence management, documentation updates, and other simulation-related ad-hoc tasks (on a call-off basis tasking mechanism).  The contract shall also include the ability to purchase additional CBRNTE items to increase the quantity and types of CBRNTE items held (if required and not guaranteed). The contract duration will be for 3 years (from April 2025 to March 2028) valued at approx £0.510 and an approx value of £0.850M, with two options years. Additional information: To express interest you must complete the Defence Pre-qualification Questionnaire as published on the Defence Sourcing Portal. Any queries please contact [email protected]

Open

CBRN Training Equipment

The Chemical, Biological, Radiation and Nuclear Delivery Team (CBRN-DT) (the contracting Authority) are equipment sponsors for CBRN detection, identification, monitoring sample collection equipment used by UK Government. The Authority has a requirement for a supplier to provide support for its range of Chemical, Biological, Radiological and Nuclear Training Equipment (CBRNTE). This requirement shall also include the ability to purchase additional CBRNTE articles (however this is optional and not guaranteed) and CBRNTE-related ad-hoc support tasks. The equipment requiring support was supplied by ARGON Electronics (UK) Ltd and functionally emulates items that are supplied in their operational format by other Operation Equipment Manufacturers (OEM)'s.  The range of equipment includes: a.           SMITHS DETECTION Ltd:   LCAD, LCD3.2, LCD3.3, MCAD and CAM, and associated software applications. b.           PROENGIN:  AP4C/S4PE and associated software applications. c.           MIRION:  ADM-300v1(b), probes, simulated sources and associated software applications. The contract Core requirements will include survey, maintain, repair, attritional loss replacement, disposal, provision of User spares and consumable items, simulation, software support, training support, obsolescence management, documentation updates, and other simulation-related ad-hoc tasks (on a call-off basis tasking mechanism).  The contract shall also include the ability to purchase additional CBRNTE items to increase the quantity and types of CBRNTE items held (if required and not guaranteed). The contract duration will be for 3 years (from April 2025 to March 2028) valued at approx £0.510 and an approx value of £0.850M, with two options years. Additional information: To express interest you must complete the Defence Pre-qualification Questionnaire as published on the Defence Sourcing Portal. Any queries please contact [email protected]

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete