Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Cyclamen Programme

  • First published: 07 August 2024
  • Last modified: 07 August 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-048802
Published by:
Home Office
Authority ID:
AA76013
Publication date:
07 August 2024
Deadline date:
06 September 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The threat of an attack using radiological and nuclear (RN) devices has consistently appeared in the National Risk Register, highlighting how these low-likelihood but catastrophically high-impact attack methods remain of concern to HMG.

To mitigate these risks, the Home Office maintains a comprehensive RN detection capability for passenger and freight traffic at the border. This is known as the Cyclamen capability, which has been in operation since 2003. It is the UK’s primary defence against the illicit importation of RN materials and sits alongside wider detection and response capabilities that make up the UK’s domestic nuclear security system.

Cyclamen is the UK's RN border detection system that plays a key part in protecting the UK border and is a critical part of HMG's Nuclear Security Strategy as well as CONTEST, the Government's counter-terrorism strategy.

Interested potential suppliers should visit the Home Office's eSourcing portal (Jaggaer) and look for: "PQQ_345 01 - Future Cyclamen: Non-Disclosure Agreement (NDA) for Early Market Engagement".

You should complete and submit the NDA following which we will invite your organisation to the Jaggaer site that contains our Selection Questionnaire documentation with more details about the Authority's requirements and how to participate.

For potential suppliers that have already completed the NDA, you will be automatically added to the Selection Questionnaire Event on the Home Office's eSourcing portal (Jaggaer) "pqq_484 - Future Cyclamen Selection Questionnaire".

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Home Office

London

UK

E-mail: Azher.Marban@homeoffice.gov.uk

NUTS: UK

Internet address(es)

Main address: https://homeoffice.app.jaggaer.com/web

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://homeoffice.app.jaggaer.com/web


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://homeoffice.app.jaggaer.com/web


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Cyclamen Programme

Reference number: Project_503

II.1.2) Main CPV code

90721600

 

II.1.3) Type of contract

Services

II.1.4) Short description

The threat of an attack using radiological and nuclear (RN) devices has consistently appeared in the National Risk Register, highlighting how these low-likelihood but catastrophically high-impact attack methods remain of concern to HMG.

To mitigate these risks, the Home Office maintains a comprehensive RN detection capability for passenger and freight traffic at the border. This is known as the Cyclamen capability, which has been in operation since 2003. It is the UK’s primary defence against the illicit importation of RN materials and sits alongside wider detection and response capabilities that make up the UK’s domestic nuclear security system.

Cyclamen is the UK's RN border detection system that plays a key part in protecting the UK border and is a critical part of HMG's Nuclear Security Strategy as well as CONTEST, the Government's counter-terrorism strategy.

Interested potential suppliers should visit the Home Office's eSourcing portal (Jaggaer) and look for: "PQQ_345 01 - Future Cyclamen: Non-Disclosure Agreement (NDA) for Early Market Engagement".

You should complete and submit the NDA following which we will invite your organisation to the Jaggaer site that contains our Selection Questionnaire documentation with more details about the Authority's requirements and how to participate.

For potential suppliers that have already completed the NDA, you will be automatically added to the Selection Questionnaire Event on the Home Office's eSourcing portal (Jaggaer) "pqq_484 - Future Cyclamen Selection Questionnaire".

II.1.5) Estimated total value

Value excluding VAT: 300 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

31642200

35113200

35113210

35120000

35121000

38341000

38430000

38433200

38546000

38546100

38581000

38940000

45315100

45316210

48210000

50100000

50116100

50312300

50312600

50324100

50324200

50343000

50410000

50530000

50600000

50610000

51100000

51411000

51540000

72212211

73421000

75222000

98113100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The requirements are for service and maintenance to the current deployed live RN detection capability at ports and airports, around the UK and one site in northern France, including all associated IT infrastructure, both cloud-based and physical.

The Authority is seeking a prime supplier to deliver the services. These comprise three (3) service towers:

Service Tower 1 - RN detection:

* Fixed RN detection – Permanently located equipment comprising RN detectors, cameras, sensors, power, networking and traffic management.

* Vehicle based RN detection - Vehicles equipped with an RN detector, deployed either tactically or to cover a fixed RN detector failure. Mobile radiation detection units are an example of this capability.

* Mobile RN detection - handheld devices such as radionuclide identification devices used as part of the operational use of the detection capability.

* Site based Information Technology (IT) supporting infrastructure, including racking, cabling and power.

Service Tower 2 - IT Management

The on-site and cloud hosted infrastructure that enables the operation, including the health monitoring, of the RN detection components.

Service Tower 3 - Test site management

The operation of a test facility used by the Authority and its Suppliers for the purpose of testing and integration of any changes or updates to the RN detection estate. There will also be a need to provide specialist resources for the purpose of handling sources.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 300 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120

This contract is subject to renewal: Yes

Description of renewals:

Following the initial term contract of 60 months. There is an option of a renewal of the services of up to 60 months (5 years).

II.2.9) Information about the limits on the number of candidates to be invited

Objective criteria for choosing the limited number of candidates:

Based on Selection Questionnaire ranking.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Renewal of services of up to 60 months (5 years)

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As stated in the procurement documents.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 06/09/2024

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 24/10/2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 30/09/2025

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court of Justice

11th floor, Thomas More Building Royal Courts of Justice

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

06/08/2024

Coding

Commodity categories

ID Title Parent category
38341000 Apparatus for measuring radiation Instruments for measuring quantities
38581000 Baggage-scanning equipment Non-medical equipment based on the use of radiations
38546100 Bomb detectors Explosives detection system
75222000 Civil defence services Defence services
38430000 Detection and analysis apparatus Instruments for checking physical characteristics
31642200 Detection apparatus for mines Defence and security
73421000 Development of security equipment Pre-feasibility study and technological demonstration
45315100 Electrical engineering installation works Electrical installation work of heating and other electrical building-equipment
50116100 Electrical-system repair services Maintenance and repair services related to specific parts of vehicles
38433200 Emission measurement equipment Spectrometers
38546000 Explosives detection system Machines and apparatus for testing and measuring
45316210 Installation of traffic monitoring equipment Installation work of illumination and signalling systems
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
51411000 Installation services of imaging equipment Installation services of medical equipment
51540000 Installation services of special-purpose machinery and equipment Installation services of machinery and equipment
50312300 Maintenance and repair of data network equipment Maintenance and repair of computer equipment
50312600 Maintenance and repair of information technology equipment Maintenance and repair of computer equipment
48210000 Networking software package Networking, Internet and intranet software package
38940000 Nuclear evaluation instruments Miscellaneous evaluation or testing instruments
35113210 Nuclear safety equipment Safety equipment
98113100 Nuclear safety services Services furnished by specialist organisations
35113200 Nuclear, biological, chemical and radiological protection equipment Safety equipment
72212211 Platform interconnectivity software development services Programming services of application software
50324200 Preventive maintenance services Support services of personal computers
90721600 Radiation protection services Environmental safety services
50530000 Repair and maintenance services of machinery Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50410000 Repair and maintenance services of measuring, testing and checking apparatus Repair and maintenance services of medical and precision equipment
50600000 Repair and maintenance services of security and defence materials Defence and security
50610000 Repair and maintenance services of security equipment Repair and maintenance services of security and defence materials
50343000 Repair and maintenance services of video equipment Repair and maintenance services of audio-visual and optical equipment
50100000 Repair, maintenance and associated services of vehicles and related equipment Repair and maintenance services
35121000 Security equipment Surveillance and security systems and devices
35120000 Surveillance and security systems and devices Emergency and security equipment
50324100 System maintenance services Support services of personal computers

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Azher.Marban@homeoffice.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.