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

Supply and Maintenance of Detection Technology Equipment

  • First published: 20 October 2018
  • Last modified: 20 October 2018
  • 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:
Published by:
The Home Office (Secretary of State for the Home Department)
Authority ID:
AA28569
Publication date:
20 October 2018
Deadline date:
19 November 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Supply and maintenance of Mobile Freight Scanner

Full notice text

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

Coding

Commodity categories

ID Title Parent category
38544000 Drug detection apparatus Machines and apparatus for testing and measuring
38546000 Explosives detection system Machines and apparatus for testing and measuring
38582000 X-ray inspection equipment Non-medical equipment based on the use of radiations

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:
Mark.Patrick@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.