Opportunity

Contract for the Supply and Maintenance of Trace Detection Devices

  • Secretary of State for the Home Department

F02: Contract notice

Notice reference: 2021/S 000-004206

Published 2 March 2021, 10:56pm



Section one: Contracting authority

one.1) Name and addresses

Secretary of State for the Home Department

Border Force, 3rd Floor, Block C, Soapworks, Colgate Lane

Salford

M5 3FS

Contact

John Bowness

Email

Detectiontechnologyprocurement@homeoffice.gov.uk

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

www.gov.uk/home-office

Buyer's address

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

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Contract for the Supply and Maintenance of Trace Detection Devices

two.1.2) Main CPV code

  • 38544000 - Drug detection apparatus

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Buyer requires desk top and portable trace detection devices to assist Buyer officers in the detection of controlled drugs.

two.1.5) Estimated total value

Value excluding VAT: £9,050,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Supply and Maintenance of Desktop Trace Detection Devices

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 38544000 - Drug detection apparatus

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

Border Force is a law enforcement command within the Home Office (Buyer). Border Force secures the border and promotes national prosperity by facilitating the legitimate movement of individuals and goods, whilst preventing those that would cause harm from entering the UK. This is achieved through the immigration and customs checks carried out by at ports and airports. The objective of the Trace Detection Contract is to

deter and prevent goods that would harm the national interests from entering the UK.

One of the many ways we achieve this is through search of baggage, vehicles and cargo. We are interested in desktop trace detection devices which detect trace levels of narcotics on a range of items including, but not limited to, personal effects such as suitcases and clothing, cargo and varying surfaces across encountered vehicles.

The length of contract will be 4 years for procurement of devices. During that period, Border Force expects

to have a requirement for up to 60 desktop devices, however this statement should in no way be construed as a

commitment to purchase units during the contract period in this, or any other quantity, as the contract will not be

based on guaranteed volumes.

Border Force requires the devices to remain operational for 10 years from the date of purchase. Bidders will

be required to provide evidence of their ability to maintain the devices, including having access to the required

spare parts, consumables and replacement devices (i.e. where the devices are beyond economical repair),

during the 10 years. For bidders who are not the Original Equipment Manufacturer (OEM), this may include

providing evidence to the authority that the necessary contractual arrangements are in place with the OEM to

ensure continued access to any required support, spare parts, consumables and replacement devices during

the 10 year period.

The contract will be open to usage by the Ministry of Justice, the Scottish Prison Service, the Northern Ireland Prison Service and any other person or organisation named in the contact, as a Cluster Member.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £3,350,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Several priced options exist within each lot e.g. additional planned preventative maintenance visits.

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

The Buyer is not responsible for any bidding costs incurred by potential suppliers in respect of this procurement. The Buyer reserves the right to abandon the competitive process and not award any contract; make any changes it sees as reasonable to the competition; remove and/or amend element(s) from the scope of the requirements; and accept or reject any tender.

two.2) Description

two.2.1) Title

Supply and Maintenance of Portable Trace Detection Devices

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 38544000 - Drug detection apparatus

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

Border Force is a law enforcement command within the Home Office (Buyer). Border Force secures the border and promotes national prosperity by facilitating the legitimate movement of individuals and goods, whilst preventing those that would cause harm from entering the UK. This is achieved through the immigration and customs checks carried out by at ports and airports. The objective of the Trace Detection Contract is to

deter and prevent goods that would harm the national interests from entering the UK.

One of the many ways we achieve this is through search of baggage, vehicles and cargo. We are interested in portable trace detection devices which detect trace levels of narcotics on a range of items including, but not limited to,

personal effects such as suitcases and clothing, cargo and varying surfaces across encountered vehicles.

The length of contract will be 4 years for procurement of devices. During that period, Border Force expects

to have a requirement for up to 20 portable devices, however this statement should in no way be construed as a

commitment to purchase units during the contract period in this, or any other quantity, as the contract will not be

based on guaranteed volumes.

Border Force requires the devices to remain operational for 10 years from the date of purchase. Bidders will be required to provide evidence of their ability to maintain the devices, including having access to the required spare parts, consumables and replacement devices (i.e. where the devices are beyond economical repair), during the 10 years. For bidders who are not the Original Equipment Manufacturer (OEM), this may include providing evidence to the authority that the necessary contractual arrangements are in place with the OEM to ensure continued access to any required support, spare parts, consumables and replacement devices during the 10 year period.

The contract will be open to usage by the Ministry of Justice, the Scottish Prison Service, the Northern Ireland Prison Service and any other person or organisation named in the contact, as a Cluster Member.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £1,450,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Several priced options exist within each lot e.g. additional planned preventative maintenance visits.

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

The Buyer is not responsible for any bidding costs incurred by potential suppliers in respect of this procurement. The Buyer reserves the right to abandon the competitive process and not award any contract; make any changes it sees as reasonable to the competition; remove and/or amend element(s) from the scope of the requirements; and accept or reject any tender.

two.2) Description

two.2.1) Title

Supply and Maintenance of Desktop Trace Detection Devices with Additional Service Requirements

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 38544000 - Drug detection apparatus

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

Home Office, working in conjunction with Her Majesty’s Prison and Probation Service (HMPPS) through the Ministry of Justice ( MoJ), have identified a requirement for a counter measure that effectively finds and detects narcotics in a prison context.

We are interested in desktop devices which detect trace levels of narcotics on a range of items including, but not limited to, personal effects such as bags, clothing and mail.

The length of contract will be 4 years for procurement of devices. During that period, MoJ expects to have a requirement for up to 90 desktop devices, however this statement

should in no way be construed as a commitment to purchase units during the contract period in this, or any other quantity,

as the contract will not be based on guaranteed volumes.

MoJ requires the devices to remain operational for 10 years from the date of purchase. Bidders will be required to provide evidence of their ability to maintain the devices, including having access to the required spare parts, consumables, replacement devices (i.e. where the devices are beyond

economical repair) and drug library updates during the 10 years. For bidders who are not the Original Equipment Manufacturer (OEM), this may include providing evidence to the authority that the necessary contractual arrangements are in place with the OEM to ensure continued access to any required support, spare parts, consumables and replacement devices during the 10 year period.

The contract will be open to usage by the Ministry of Justice, the Scottish Prison Service, the Northern Ireland Prison Service and any other person or organisation named in the contact, as a Cluster Member.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £4,250,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Several priced options exist within each lot e.g. additional planned preventative maintenance visits.

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

The Buyer is not responsible for any bidding costs incurred by potential suppliers in respect of this procurement. The Buyer reserves the right to abandon the competitive process and not award any contract; make any changes it sees as reasonable to the competition; remove and/or amend element(s) from the scope of the requirements; and accept or reject any tender.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

List and brief description of conditions

Before being given access to the Home Office e-sourcing portal, where the Tender Documents are held, Suppliers will be required to sign the Buyer's Non-Disclosure Agreement (NDA). This NDA should be requested via email from John Bowness at Detectiontechnologyprocurement@homeoffice.gov.uk.

A scanned copy incorporating the wet signature should be then be returned via email to John Bowness at Detectiontechnologyprocurement@homeoffice.gov.uk to enable access to the ITT documentation.

The terms of the NDA are non-negotiable and your unequivocal acceptance of those therein are required to

proceed with this opportunity.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 110-268494

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

Date

12 April 2021

Local time

12:00pm

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

English

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 April 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic payment will be used

six.3) Additional information

This procurement will be managed electronically via the Authority's eSourcing Portal (JAGGAER). To participate

in this procurement, participants must first be registered on the eSourcing Portal. If you have not yet registered on the eSourcing Portal, this can be done online at https://homeoffice.app.jaggaer.com by following the

link ‘To register click here’. 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. Once you have registered on the eSourcing Portal, you will be able to view within the

Sourcing>My ITTs area ‘ITTs open to all Suppliers’ and the Trace Detection ITT will be found within this area.

For technical assistance on use of the eSourcing Portal please contact the JAGGAER Supplier Helpdesk at

customersupport@jaggaer.com or 0800 069 8630 (0800 — 18 .00).

The closing date for submissions will be 12 April 2021 at 12.00 Midday GMT. Clarification requests must

be submitted no later than 05 April 2021.

six.4) Procedures for review

six.4.1) Review body

Home Office

London

Country

United Kingdom