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

OSCT Radiological and Nuclear Mobile Detection Systems

  • First published: 14 September 2018
  • Last modified: 14 September 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:
14 September 2018
Deadline date:
11 October 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Procurement of up to a maximum of 10 (but at least 5) modern vehicle-based gamma and neutron radiation detection systems for various national security and Radiological and Nuclear counter-terrorism activities. The Home Office is seeking to procure vehicle-based search and detection systems and associated up-fitting and maintenance requirements.

All staff working on this project must be "security cleared" at the appropriate level (currently SC). Those who do not hold the relevant clearance must be willing to be cleared at "SC Level".

Bidders will need to be prepared to meet all costs associated with bidding, including the submission of technical/commercial documentation and to enable a robust evaluation, and any

Other reasonable requests to expedite the submission and evaluation of bids.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Secretary of State for the Home Department

Home Office Commercial, 2 Marsham Street, 4th Floor Peel Building, London SW1P 4DF

London

SW1 4DF

UK

Contact person: Zam Ahmadi

E-mail: HOSProcurement@homeoffice.gsi.gov.uk

NUTS: UK

Internet address(es)

Main address: http://www.gov.uk/government/organisations/home-office

Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://gpsesourcing.cabinetoffice.gov.uk


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

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

OSCT Radiological and Nuclear Mobile Detection Systems

Reference number: C13031

II.1.2) Main CPV code

35000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Procurement of up to a maximum of 10 (but at least 5) modern vehicle-based gamma and neutron radiation detection systems for various national security and Radiological and Nuclear counter-terrorism activities. The Home Office is seeking to procure vehicle-based search and detection systems and associated up-fitting and maintenance requirements.

All staff working on this project must be "security cleared" at the appropriate level (currently SC). Those who do not hold the relevant clearance must be willing to be cleared at "SC Level".

Bidders will need to be prepared to meet all costs associated with bidding, including the submission of technical/commercial documentation and to enable a robust evaluation, and any

Other reasonable requests to expedite the submission and evaluation of bids.

The Contract will Commence 22.11.2018. The term of the contract will be for 16 months.

II.1.5) Estimated total value

Value excluding VAT: 2 810 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

35000000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Mainland UK

II.2.4) Description of the procurement

Procurement of up to a maximum of 10 (but at least 5) modern vehicle-based gamma and neutron radiation detection systems for various national security and Radiological and Nuclear counter-terrorism activities. The Home Office is seeking to procure vehicle-based search and detection systems and associated up-fitting and maintenance requirements.

All staff working on this project must be "security cleared" at the appropriate level (currently SC). Those who do not hold the relevant clearance must be willing to be cleared at "SC Level".

Bidders will need to be prepared to meet all costs associated with bidding, including the submission of technical/commercial documentation and to enable a robust evaluation, and any

Other reasonable requests to expedite the submission and evaluation of bids.

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: 2 810 000.00  GBP

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

Duration in months: 16

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

II.2.14) Additional information

The Contract will Commence 22.11.2018. The term of the contract will be for 16 months.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

This procurement will be managed electronically via Crown Commercial Service's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing

Suite. If you have not yet registered on the eSourcing Suite. This can be done online https://gpsesourcing.cabinetoffice.gov.uk by following the link 'Registration for CCS eSourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation whcih you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at Http:ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender

It should be noted that it can take up to 10 days for Dun and Bradstreet to respond with a DUNS number. Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by e-mailing HOSProcurement@homeoffice.gsi.gov.uk any time up to, but not later than 25th September in order to ensure that they are assigned to the correct procurement. Your email should be entitled " OSCT Radiological and Nuclear Mobile Detection Systems" and must clearly state; name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The email will be processed and then the buyer will enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification e-mail to alert them once this has been done. For technical assistance on the use of the e-Sourcing Suite please contact Crown Commercial Service

Helpdesk: 0345 010 3503

Responses must be published by the date in IV.2.2.

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

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

Date: 11/10/2018

Local time: 12:00

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

Duration in months: 8 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 12/10/2018

Local time: 10:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic payment will be used

VI.3) Additional information

The Contracting Authority will conduct the procurement process on behalf of itself as principal and also on behalf of each other Customer. Any contract awarded may be novated to any other Customer (or any of their successors or assigns). The Contracting Authority expressly reserves the rights:

(i) not to award any contract as a result of the procurement process commenced by publication of this notice;

(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and

(iii) award (a) contract(s) in respect of any part(s) of the services covered by this notice; and

(iv) award contract(s) in stages. In no circumstances will the Contracting Authority be liable for any costs incurred by candidates.

This procurement will be managed electronically via the Crown Commercial Service’s eSourcing Suite. To participate in this procurement, participants must first be registered on the eSourcing Suite. If you have not yet registered on the eSourcing Suite, this can be done online at https://Gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at https://ccs.cabinetoffice.gov.uk/i-am-supplier/respondtender

Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing HOSprocurement@homeoffice.gsi.gov.uk. Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The eMail will be processed and then the buyer will enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. For technical assistance on use of the eSourcing Suite please contact Crown Commercial Service

Helpdesk: Freephone: 0345 010 3503

Responses must be published by the date in IV.2.2.

In order to ensure a considered response to any request for clarification, the last date upon which a supplier can submit clarification is 12:00 hrs 25.9.2018. Please note, suppliers will be required to sign non-disclosure agreement (NDA). Access to the documents will not be granted without a signed NDA. It is a requirement for this procurement activity that the delivery of the minimum number of detection systems (quantity 5) must be on or before 31.3.2019; and that a User Trial forms part of the evaluation process and as such Bidders must be able to provide a representative demonstration of the system user interface (representing real world scenarios) to a location in the UK (specific site to be advised) on 15.10.2018.

VI.4) Procedures for review

VI.4.1) Review body

Home Office

Home Office Commercial, 4th Floor, 2 Marsham Street

London

SW1 4DF

UK

VI.4.2) Body responsible for mediation procedures

Roberta Ashfield

London

UK

VI.4.4) Service from which information about the review procedure may be obtained

Roberta Ashfield

London

UK

VI.5) Date of dispatch of this notice

11/09/2018

Coding

Commodity categories

ID Title Parent category
35000000 Security, fire-fighting, police and defence equipment Defence and security

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:
HOSProcurement@homeoffice.gsi.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.