Tender

Contract for the Supply and Maintenance of CO2 Detection Analysers

  • Home Office

F02: Contract notice

Notice identifier: 2021/S 000-023251

Procurement identifier (OCID): ocds-h6vhtk-02c519

Published 17 September 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Home Office

2 Marsham Street

London

SW1P 4DF

Contact

Antonia Whiting

Email

BorderForceProcurementTeam@homeoffice.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.gov.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://homeoffice.app.jaggaer.com/web/login.html

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/web/login.html

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://homeoffice.app.jaggaer.com/web/login.html

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 and Maintenance of CO2 Detection Analysers

Reference number

C21053

two.1.2) Main CPV code

  • 38431100 - Gas-detection apparatus

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Contracting Authority (the "Authority") is the Home Office acting through Border Force. Border Force is a professional law enforcement command within the Home Office. It is responsible for securing the UK border and controlling immigration at ports and airports across the UK and Northern France.

The Border Force Detection Technology Management Unit (DTMU) is a national team based in Border Force South East & Europe and is charged with the procurement and maintenance of clandestine detection technology and ancillary equipment used by Border Force, authorities and contractors within designated control zones. To augment the screening process officers are issued with Carbon Dioxide gas analysers to screen Roll on Roll off (Ro-Ro) freight (wheeled cargo, i.e. HGV trailers) and containers. The technology is designed to quickly and efficiently check for the presence of illegal migrants by using a range of ancillaries to gain access into the area to be sampled. The most common ancillary is an adapted ski pole connected to a gas analyser which samples the air inside of soft-sided HGVs, other ancillaries and insertion methods are acceptable if functional. The gas analyser is not used as a personal safety device for Border Force officers. The gas analyser is used solely to provide an indication of a human presence inside a soft sided trailer.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Border Force Detection Technology Management Unit (DTMU) is a national team based in Border Force South East & Europe and is charged with the procurement and maintenance of clandestine detection technology and ancillary equipment used by Border Force, authorities and contractors within designated control zones. To augment the screening process officers are issued with Carbon Dioxide gas analysers to screen Roll on Roll off (Ro-Ro) freight (wheeled cargo, i.e. HGV trailers) and containers. The technology is designed to quickly and efficiently check for the presence of illegal migrants by using a range of ancillaries to gain access into the area to be sampled. The most common ancillary is an adapted ski pole connected to a gas analyser which samples the air inside of soft-sided HGVs, other ancillaries and insertion methods are acceptable if functional. The gas analyser is not used as a personal safety device for Border Force officers. The gas analyser is used solely to provide an indication of a human presence inside a soft sided trailer.

The Authority requires a Contract for the supply and maintenance of Carbon Dioxide Gas analysers (“analysers”) which must be of a light weight compact but robust design suitable for use within the Ro-Ro freight searching environment, such as the Port of Calais, for the detection of illegal migrants stowed within freight vehicle containers.

The analysers must be capable of detecting CO2 emanating from persons stowed within the loads of freight vehicles. The minimum CO2 sample range is 7 metres (half length of a 14 metre trailer).

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

48

This contract is subject to renewal

Yes

Description of renewals

There is s a further option to extend period of 12 months.

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 Buyer is not responsible for any bidding costs incurred by potential suppliers in respect of this procurement. The Buyer reserves the right to abandon the competitive process and not award any contract; make any changes it sees as reasonable to the competition; remove and/or amend element(s) from the scope of the requirements; and accept or reject any tender.


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

Candidates will be assessed on the basis of information provided in response to the invitation to tender (ITT).

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

Open 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: 2021/S 000-015783

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

Date

18 October 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

18 October 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic payment will be used

six.3) Additional information

This procurement will be managed electronically via the Authority'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, you will be able to view within the Sourcing>My ITTs area ‘ITTs open to all Suppliers’ and the Contract for the Supply and Maintenance of CO2 Detection Analysers ITT will be found within this area.

For technical assistance on use of the eSourcing Portal please contact the JAGGAER Supplier Helpdesk at customersupport@jaggaer.com or 0800 069 8630 (0800 — 18 .00).

The closing date for submissions will be 18 October 2021 at 12.00 Midday GMT. Clarification requests must be submitted no later than 05 October 2021.

six.4) Procedures for review

six.4.1) Review body

Home Office

2 Marsham Street

London

SW1P 4DF

Country

United Kingdom

Internet address

www.gov.uk