Section one: Contracting authority
one.1) Name and addresses
Home Office
Folkestone
amanda.hallinan@homeoffice.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, 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
Contract for the Supply, Installation, Commissioning and Maintenance of Passive Freight Screening Technology in Northern France & Belgium
Reference number
C8874
two.1.2) Main CPV code
- 35120000 - Surveillance and security systems and devices
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Authority requires the supply, installation, commissioning and maintenance of Passive Freight Screening Technology at ports in Northern France & Belgium.
Border Force is a professional law enforcement command within the Authority. It employs approximately eight thousand (8,000) officers, responsible for securing the UK border and controlling migration at one hundred and thirty-eight (138) ports and airports across the UK and overseas, including the UK control zone in Calais, Dunkerque and Coquelles in France.
Border Force’s search of vehicles operations at the juxtaposed ports in northern France and Belgium currently include the use of passive millimetre wave imaging (PMMWI) technology on moving soft-sided freight vehicles to check for the presence of persons illegally stowed within trailers.
The Authority has a requirement for next generation passive freight screening technology with improved detection performance on concealments where persons illegally stowed are hidden deeper within trailer loads.
two.1.5) Estimated total value
Value excluding VAT: £22,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Fixed Installations
Lot No
1
two.2.2) Additional CPV code(s)
- 35120000 - Surveillance and security systems and devices
two.2.3) Place of performance
NUTS codes
- FR - France
Main site or place of performance
Calais, Coquelles and Zeebrugge
two.2.4) Description of the procurement
Five (5) Fixed Installations
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Two (2) twenty-four (24) month extension options
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to purchase an additional two (2) Fixed Installations.
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) Description
two.2.1) Title
Mobile Systems (vehicle mounted)
Lot No
2
two.2.2) Additional CPV code(s)
- 35120000 - Surveillance and security systems and devices
two.2.3) Place of performance
NUTS codes
- FR - France
Main site or place of performance
Calais, Coquelles or Zeebrugge
two.2.4) Description of the procurement
Two (2) Mobile Systems (vehicle mounted)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Two (2) twenty-four (24) month extension options
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract will include the option to buy two (2) additional Mobile Systems
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.1.2) 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
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 2018/S 078-173430
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 July 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
28 July 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
Duration in months: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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.
Once you have registered on the eSourcing Portal, a registered user can express an interest for a specific procurement. This is done by emailing both; amanda.hallinan@homeoffice.gov.uk and neil.humphries@homeoffice.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 eSourcing Portal. The registered user will receive a notification email to alert them once this has been done.
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).
Responses must be published by the date in IV.3.4.
Candidates should note that the Authority will require a Confidence Demonstration of offered technology at DSTL premises at Fort Halsted as part of the Request for Proposals evaluation process. Bidders who are short-listed to the RFP stage of the procurement may be offered a financial contribution towards the costs of the Confidence Demonstration. The maximum amount available for this financial contribution is £100,000 and this may be apportioned equally to all participating bidders up to a maximum amount of £20,000 for each company. Bidders tendering for both Lots having the same sensing system may only receive a single contribution. Bidders tendering for both Lots each having an entirely different sensing system may be eligible for an additional contribution.
six.4) Procedures for review
six.4.1) Review body
Home Office
London
Country
United Kingdom