Opportunity

Contract for the Supply, Installation, Commissioning and Maintenance of Passive Freight Screening Technology in Northern France & Belgium

  • Home Office

F02: Contract notice

Notice reference: 2021/S 000-012619

Published 4 June 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Home Office

Folkestone

Email

amanda.hallinan@homeoffice.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.gov.uk

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