Tender

Portable RN Gamma and Neutron Isotopic detection capabilities and support

  • Home Office

F02: Contract notice

Notice identifier: 2021/S 000-022107

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

Published 6 September 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Home Office

2 Marsham Street

London

Email

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