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