Section one: Contracting authority
one.1) Name and addresses
Civil Nuclear Police Authority (CNPA) / Civil Nuclear Constabulary (CNC)
Building F6, First Floor ,Culham Science Centre .A
Abingdon
OX14 3DB
Contact
Nigel Curry
Telephone
+44 3303135449
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
N/A
Internet address(es)
Main address
https://www.gov.uk/government/organisations/civil-nuclear-consta
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/31796
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://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=53784&B=BLUELIGHT
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=53784&B=BLUELIGHT
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://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=53784&B=BLUELIGHT
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Defence
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Night Vision Goggles - NVG – 797 / #2
Reference number
NVG – 797 / #2
two.1.2) Main CPV code
- 35000000 - Security, fire-fighting, police and defence equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Supply and Maintenance Services for Night Vision Goggles #2 – SNI security classification:
The CNC have a requirement to purchase of a minimum of 16 sets of Night Vision Googles to replace existing equipment. This could be increased over the term of the contract to up to 40+ devices.
Lifespan of the equipment will be not less than 5 years. (CNC require a Whole Life Cost approach to this supply, which will include servicing of the devices, repairs, refurbishment and spare parts and/or fixings/fittings)
Any NVG’s must meet the required tactical specifications and have a UK based through life spares and support service available.
Potential suppliers will provide a sample ‘testing’ NVG device for tender evaluation and trials by CNC operational Officers for a period of at least one week - commencing 4th November 22 & before the final date for tender submissions.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35120000 - Surveillance and security systems and devices
- 35200000 - Police equipment
- 35720000 - Intelligence, surveillance, target acquisition and reconnaissance
- 38631000 - Binoculars
- 38632000 - Nightglasses
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Supply and Maintenance Services for Night Vision Goggles #2 – SNI security classification:
The CNC have a requirement to purchase of a minimum of 16 sets of Night Vision Googles to replace existing equipment. This could be increased over the term of the contract to up to 40+ devices.
Lifespan of the equipment will be not less than 5 years. (CNC require a Whole Life Cost approach to this supply, which will include servicing of the devices, repairs, refurbishment and spare parts and/or fixings/fittings)
Any NVG’s must meet the required tactical specifications and have a UK based through life spares and support service available.
Potential suppliers will provide a sample ‘testing’ NVG device for tender evaluation and trials by CNC operational Officers for a period of at least one week - commencing 4th November 22 & before the final date for tender submissions.
Due to additional funding constraints and an important operational deployment deadline, the NVG devices are required to be in CNC possession and receipted before end March 23 and ready to use and deployment before the 1st/2nd week of April 2023.
The equipment must in production (not a prototype) and meet UK legislation and import regulations.
The equipment must not be obsolete or ceasing production, before the end of the 5-year contract and any spares, replacements or exchanges must be readily available from a UK or European stores or offices and not subject to lengthy export or import procedures, certificates or licences.
This tender will be conducted under the Defence and Security Public Contract Regulations, Open Procedure.
Tenderers/Suppliers will be secured under a Non-Disclosure Agreement
Suppliers will be required to comply with all appropriate sections of the HMG Security Policy Framework.
Suppliers will be required to comply with all appropriate sections of the X List requirements.
This tender is classified as SNI (Sensitive Nuclear Information) and is covered by our policy
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: £316,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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
Test devices are required for trial and equipment evaluation purposes
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
As described and stated in the procurement documents supplied.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As described and stated in the procurement documents supplied.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
11 November 2022
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 November 2022
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 invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Head of Exec Office and Legal Services
Building F6, Culham Science Centre
Abingdon
OX14 3DB
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/civil-nuclear-constabulary