Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Home Office
3rd Floor, Block C Soapworks, Colgate Lane
Salford
M5 3FS
UK
E-mail: Mark.Patrick@homeoffice.gov.uk
NUTS: UK
Internet address(es)
Main address: www.gov.uk
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
http://gps.cabinetoffice.gov.uk/i-am-supplier/respond-tender
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
Defence
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply and Maintenance of Detection Technology Equipment
Reference number: C8869
II.1.2) Main CPV code
38582000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Home Office (HO), acting through Border Force (BF), is procuring (a) new contract(s) for the supply and maintenance of detection technology equipment.
Irish Revenue Commissioners (Customs), the Ministry of Justice, the British Transport Police, the Police Service Northern Ireland, the National Crime Agency, the Police and Crime Commissioners of the UK Police Forces listed in the following link https://police.uk/forces, and the Fire and Rescue organisations listed in the following link; http://www.cfoa.org.uk/frs?alpha shall also be Contracting Authorities of the Framework Agreement.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Mobile Freight Scanner
II.2.2) Additional CPV code(s)
38582000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Supply and maintenance of Mobile Freight Scanner
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:
11 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Freight Pallet scanner
II.2.2) Additional CPV code(s)
38582000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Supply and maintenance of Freight Pallet Scanners
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:
500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Baggage Scanner (Belt)
II.2.2) Additional CPV code(s)
38582000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Supply and maintenance of Baggage Scanners located over an existing Belt
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:
300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Baggage Scanner (Van)
II.2.2) Additional CPV code(s)
38582000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Supply and maintenance of Scanner located in a Van.
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:
2 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
Baggage Scanner
II.2.2) Additional CPV code(s)
38582000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Supply and maintenance of Baggage Scanners
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:
1 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 6
II.2.1) Title
Trace Detection
II.2.2) Additional CPV code(s)
38544000
38546000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Supply and maintenance of Desk Top and Portable Trace Detection Systems.
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:
1 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2017/S 176-359989
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/11/2018
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
19/11/2018
Local time: 12:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
All participants must first be registered on the e-Sourcing Suite. If you have not yet registered this can be done online at https://gpsesourcing.cabinetoffice.gov.uk.To register, you must have a valid DUNS number (provided by Dun and Bradstreet) for the organisation. Full registration details can be found at http://gps.cabinetoffice.gov.uk/i-am- supplier/respond-tender.
Registered organisations wishing to participate in the tender must send an email to:Mark.Patrick@homeoffice.gov.uk, entitled supply and maintenance of detection technology equipment and contain the following details:
— your organisation's name,
— your contact name,
— e-mail address and telephone number.
Any not in the required form may be rejected.
The online RFP must be fully completed by 12:00 GMT on 19.11.2018.
For technical assistance on use of the e-Sourcing Suite contact; Crown Commercial Service Help-desk: free-phone: +44 3450103503 email: supplier@ccs.gsi.gov.uk.
VI.4) Procedures for review
VI.4.1) Review body
Crown Commercial
Liverpool
UK
VI.4.2) Body responsible for mediation procedures
Crown Commercial
Liverpool
UK
VI.4.4) Service from which information about the review procedure may be obtained
Crown Commercial
Liverpool
UK
VI.5) Date of dispatch of this notice
17/10/2018