Section one: Contracting authority
one.1) Name and addresses
Home Office
2 Marsham Street
London
SW1P 4DF
Contact
Antonia Whiting
BorderForceProcurementTeam@homeoffice.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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