Tender

Provision of Radionuclide Identification Devices (RIDs) Hardware and Servicing

  • Home Office

F02: Contract notice

Notice identifier: 2021/S 000-008136

Procurement identifier (OCID): ocds-h6vhtk-02a739

Published 16 April 2021, 10:55pm



Section one: Contracting authority

one.1) Name and addresses

Home Office

Apollo House 36, Wellesley Road, Croydon

London

CR9 3RR

Contact

Ewa Klimek

Email

ewa.klimek@homeoffice.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.gov.uk

one.3) Communication

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

https://homeoffice.app.jaggaer.com

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

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

Provision of Radionuclide Identification Devices (RIDs) Hardware and Servicing

Reference number

C18852

two.1.2) Main CPV code

  • 38341000 - Apparatus for measuring radiation

two.1.3) Type of contract

Supplies

two.1.4) Short description

Procurement of handheld Radionuclide Identification Devices (RIDs) including training, deployment, warranty and an option of servicing and maintenance.

The Authority is undertaking this Tender exercise to appoint suitably capable and experienced provider(s) of Radionuclide identification devices (RIDs) and related services.

The Authority is managing this Procurement in accordance with its general obligations under the Regulations, and specifically in accordance with the Restricted Procedure under Regulation 28 of The Public Contracts Regulations 2015 (as amended).

This Procurement is conducted in two stages requiring those Bidders that were shortlisted at the Selection Stage to respond to this ITT and in compliance of the terms of participation contained herein.

two.1.5) Estimated total value

Value excluding VAT: £8,550,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38341200 - Radiation dosimeters
  • 38341500 - Contamination-monitoring devices
  • 38341600 - Radiation monitors

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Authority is undertaking this tender exercise to appoint suitably capable and experienced provider of Radionuclide Identification Devices (RIDs). It utilises the Restricted Procedure. a multi-stage procurement process that is intended to short list qualified bidders, who will in turn be invited to tender for the contract opportunity.

The objective of the Selection Stage is to assess the responses to the SQ and select Bidders to proceed to the ITT Stage of this procurement. The evaluation panel shall evaluate the SQ responses using the selection criteria set out below and shall draw up a shortlist of up to 5 bidders who will then be invited to tender.

The requirement includes the supply of Hardware includes RID and supporting accessories (e.g. as a minimum docking cradle, batteries and cable etc) and the Supporting Software required to use and integrate the RID (e.g. the onboard software and firmware) into the Authority's IT solution.

As part of that hardware support package the following is required as standard throughout the length of the Contract:

• Availability of parts and spares throughout the life of the product

• 1year warranty

• Firmware updates on RID and accompanying onboard software where required

• Patches, security updates and releases on RID and accompanying software including those required to maintain compatibility with supported operating systems (e.g. Windows, iOS, Android)

• Provision of updates and patches to resolve bugs and reported issues

• Notification of security vulnerabilities and known issues

• Technical support during business hours (9.00 am- 5.00 PM) throughout the lifetime of the product.

Bidders are required to be able to offer warranty cover for remaining contract duration (years 2 to 4 with an option to extend for further 2 one-year periods) and the Authority will decide on a year by year basis whether it wants the option for each following year.

The Authority is not seeking to include a full service support arrangement at this time outside of the support requirements listed however, subject to review the Authority may, based on budget availability, look to include additional service support elements as an Optional Service, namely First Line Support and Specialist Support(OEM) to ensure the devices are fully supported through life from years 2 or 3 of the contract provision). Subject to confirmation of Authority funds in financial year 22/23, the Authority will determine which elements of support it may request from the winning supplier in future years, once the initial 1st year warranty period expires.

Please note that budget listed in this notice include all options listed: extended warranty, OEM support and First Line Support.

The Contract will be for the initial term of 48 months period commencing on from the contract Commencement Date, plus the option for the Authority to extend for a further two 12-month periods (one year each time).

This procurement is based on the Model Mid-Tier Contract terms customised to suit Authority required governance and procedures.

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: £8,550,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Potential for renewals of up to a total of a further 2 periods of 12 months each after the initial 48-month period.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


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

As per detailed instructions in Invitation to Tender guidance documents

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per attached Model Mid-Tier Contract terms customised to suit Authority required governance and procedures.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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 217-533935

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

Date

12 May 2021

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

21 June 2021

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

Tender must be valid until: 16 April 2022


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Economic operators should note that due to the sensitive nature of some of the procurement documentation, certain conditions of confidentiality are required to be signed up to by suppliers before being given access to the SQ/ITT documents. Therefore, Expressions of Interest to participate in this procurement should be made by e-mailing ewa.klimek@homeoffice.gov.uk in the first instance.

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 eSourcing Portal. The registered user will receive a notification email to alert them once this has been done.

Following receipt of an Expression of Interest the Authority will send the Non Disclosure Agreement (NDA) and Ethical Walls Agreement (EWA) to the supplier via eSourcing Portal to complete and upload via the Portal.

Once the NDA and EWA have been returned and verified by the Authority, the supplier will be provided with access to the Event on the Jaggaer e-Sourcing Portal.

This procurement will be managed electronically via the Home Office’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.

For technical assistance on use of the eSourcing Portal please contact the JAGGAER Supplier Helpdesk at customersupport@jaggaer.com or 0800 069 8630 (0800 - 1800hrs).

six.4) Procedures for review

six.4.1) Review body

The Secretary of State for the Home Department

2 Marsham Street

London

SW1P 4DF

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The Secretary of State for the Home Department

2 Marsham Street

London

SW1P 4DF

Country

United Kingdom