Section one: Contracting authority
one.1) Name and addresses
Home Office
2 Marsham Street
London
RN.procurement@homeoffice.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/home-office
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
Portable RN Gamma and Neutron Isotopic detection capabilities and support
two.1.2) Main CPV code
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
two.1.3) Type of contract
Supplies
two.1.4) Short description
Provision of Person Portable and RCV (remote control vehicle) mountable Gamma and Neutron Isotopic detection, identification and measurement equipment; including but not limited to equipment, consumables and spares. Support of the equipment must include but is not limited to break /fix maintenance, spares provision, calibration and end of life disposal.
The Selection Questionnaire (RNCT01 project_220) is accessed via: https://homeoffice.app.jaggaer.com/web/login.html if you do not have a log in, you must create one, if you have not agreed an NDA you must agree to one before you can access the bid documents. The signed NDA, any questions, and responses must be sent as messages / attachments to messages on the portal.
two.1.5) Estimated total value
Value excluding VAT: £3,500,000
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: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Yes
two.2) Description
two.2.1) Title
Personal Portable Gamma and Neutron Isotopic detection capabilities
Lot No
1
two.2.2) Additional CPV code(s)
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 31642000 - Electronic detection apparatus
- 35000000 - Security, fire-fighting, police and defence equipment
- 35113200 - Nuclear, biological, chemical and radiological protection equipment
- 35113300 - Safety installations
- 35121000 - Security equipment
- 38341000 - Apparatus for measuring radiation
- 38430000 - Detection and analysis apparatus
- 38546000 - Explosives detection system
- 38546100 - Bomb detectors
- 38581000 - Baggage-scanning equipment
- 38940000 - Nuclear evaluation instruments
- 45316210 - Installation of traffic monitoring equipment
- 48210000 - Networking software package
- 48211000 - Platform interconnectivity software package
- 50000000 - Repair and maintenance services
- 50600000 - Repair and maintenance services of security and defence materials
- 50610000 - Repair and maintenance services of security equipment
- 90721600 - Radiation protection services
- 98113100 - Nuclear safety services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of Person Portable Gamma and Neutron Isotopic detection, identification and measurement equipment; including but not limited to equipment, consumables and spares. Support of the equipment must include but is not limited to break /fix maintenance, spares provision, calibration and end of life disposal.
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: £2,500,000
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
2 x up to 12 months
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The Authority's capacity to assure the devices.
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
two.2.14) Additional information
The Selection Questionnaire (RNCT01 project_220) is accessed via: https://homeoffice.app.jaggaer.com/web/login.html if you do not have a log in, you must create one, if you have not agreed an NDA you must agree to one before you can access the bid documents.
two.2) Description
two.2.1) Title
RCV Mountable: Gamma and Neutron Isotopic detection capabilities
Lot No
2
two.2.2) Additional CPV code(s)
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 31642000 - Electronic detection apparatus
- 35000000 - Security, fire-fighting, police and defence equipment
- 35113200 - Nuclear, biological, chemical and radiological protection equipment
- 35113300 - Safety installations
- 35120000 - Surveillance and security systems and devices
- 35121000 - Security equipment
- 38341000 - Apparatus for measuring radiation
- 38430000 - Detection and analysis apparatus
- 38546000 - Explosives detection system
- 38546100 - Bomb detectors
- 38581000 - Baggage-scanning equipment
- 38940000 - Nuclear evaluation instruments
- 45316210 - Installation of traffic monitoring equipment
- 48210000 - Networking software package
- 48211000 - Platform interconnectivity software package
- 50000000 - Repair and maintenance services
- 50324100 - System maintenance services
- 50324200 - Preventive maintenance services
- 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
- 50600000 - Repair and maintenance services of security and defence materials
- 50610000 - Repair and maintenance services of security equipment
- 90721600 - Radiation protection services
- 98113100 - Nuclear safety services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of RCV Mountable: Gamma and Neutron Isotopic detection, identification and measurement equipment; including but not limited to equipment, consumables and spares. Support of the equipment must include but is not limited to break /fix maintenance, spares provision, calibration and end of life disposal.
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: £1,000,000
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
2 x up to 12 Months
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Authority's capacity to assure the devices.
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
two.2.14) Additional information
The Selection Questionnaire (RNCT01 project_220) is accessed via: https://homeoffice.app.jaggaer.com/web/login.html if you do not have a log in, you must create one, if you have not agreed an NDA you must agree to one before you can access the bid documents.
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
None
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
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 10
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 October 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
11 October 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: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Selection Questionnaire is accessed via the portal:
https://homeoffice.app.jaggaer.com/
The process for doing this is that you must log onto the portal (you will have to create an account if you do not already have one).
You will then have access to HO HS RNCT01 – SQ EOI, the Expression of Interest for this procurement. This has one question that is simply to acknowledge that you intend to express and interest and an attached Non-Disclosure Agreement (NDA).
Please compete this NDA and attach it to a message sent via the portal. If you have already created an NDA as part of the Market Engagement PIN process – simply message us to confirm your interest in participating in this stage of the procurement. If you did not respond to the Market Engagement you may still participate you simply have to sign and return the NDA.
On receipt of a singed NDA you will be granted access to HO HS RNCT01 – SQ this contains information about this procurement and an online questionnaire about your company that must, by law, be completed in order to proceed.
six.4) Procedures for review
six.4.1) Review body
Home Office
London
Country
United Kingdom