Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.

Procurement Notice Details

Security, fire-fighting, police and defence equipment [osct radiological and nuclear mobile detection systems - vehicle-based gamma and neutron radiation detection systems etc]
UK

Purchaser: The Secretary of State for the Home Department

14/09/2018 S177 - - Supplies - Contract notice - Open procedure
I.II.III.IV.VI.
United Kingdom-London: Security, fire-fighting, police and defence equipment

2018/S 177-400647

Contract notice

Supplies

Legal Basis:

Directive 2014/24/EU
Section I: Contracting authority

I.1)
Name and addresses
The Secretary of State for the Home Department
Home Office Commercial, 2 Marsham Street, 4th Floor Peel Building, London SW1P 4DF
London
SW1 4DF
United Kingdom
Contact person: Zam Ahmadi
E-mail: HOSProcurement@homeoffice.gsi.gov.uk
NUTS code: UK
Internet address(es):

Main address: http://www.gov.uk/government/organisations/home-office

Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk

I.2)
Information about joint procurement
I.3)
Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://gpsesourcing.cabinetoffice.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)
Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)
Main activity
Public order and safety
Section II: Object

II.1)
Scope of the procurement
II.1.1)
Title:
OSCT Radiological and Nuclear Mobile Detection Systems

Reference number: C13031
II.1.2)
Main CPV code
35000000
II.1.3)
Type of contract
Supplies
II.1.4)
Short description:
Procurement of up to a maximum of 10 (but at least 5) modern vehicle-based gamma and neutron radiation detection systems for various national security and Radiological and Nuclear counter-terrorism activities. The Home Office is seeking to procure vehicle-based search and detection systems and associated up-fitting and maintenance requirements.

All staff working on this project must be "security cleared" at the appropriate level (currently SC). Those who do not hold the relevant clearance must be willing to be cleared at "SC Level".

Bidders will need to be prepared to meet all costs associated with bidding, including the submission of technical/commercial documentation and to enable a robust evaluation, and any

Other reasonable requests to expedite the submission and evaluation of bids.

The Contract will Commence 22.11.2018. The term of the contract will be for 16 months.

II.1.5)
Estimated total value
Value excluding VAT: 2 810 000.00 GBP
II.1.6)
Information about lots
This contract is divided into lots: no
II.2)
Description
II.2.1)
Title:
II.2.2)
Additional CPV code(s)
35000000
II.2.3)
Place of performance
NUTS code: UK
Main site or place of performance:
Mainland UK

II.2.4)
Description of the procurement:
Procurement of up to a maximum of 10 (but at least 5) modern vehicle-based gamma and neutron radiation detection systems for various national security and Radiological and Nuclear counter-terrorism activities. The Home Office is seeking to procure vehicle-based search and detection systems and associated up-fitting and maintenance requirements.

All staff working on this project must be "security cleared" at the appropriate level (currently SC). Those who do not hold the relevant clearance must be willing to be cleared at "SC Level".

Bidders will need to be prepared to meet all costs associated with bidding, including the submission of technical/commercial documentation and to enable a robust evaluation, and any

Other reasonable requests to expedite the submission and evaluation of bids.

II.2.5)
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)
Estimated value
Value excluding VAT: 2 810 000.00 GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 16
This contract is subject to renewal: no
II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: no
II.2.12)
Information about electronic catalogues
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)
Additional information
The Contract will Commence 22.11.2018. The term of the contract will be for 16 months.

Section III: Legal, economic, financial and technical information

III.1)
Conditions for participation
III.1.1)
Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
This procurement will be managed electronically via Crown Commercial Service's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing

Suite. If you have not yet registered on the eSourcing Suite. This can be done online https://gpsesourcing.cabinetoffice.gov.uk by following the link 'Registration for CCS eSourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation whcih you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at Http:ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender

It should be noted that it can take up to 10 days for Dun and Bradstreet to respond with a DUNS number. Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by e-mailing HOSProcurement@homeoffice.gsi.gov.uk any time up to, but not later than 25th September in order to ensure that they are assigned to the correct procurement. Your email should be entitled " OSCT Radiological and Nuclear Mobile Detection Systems" and must clearly state; name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The email will be processed and then the buyer will enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification e-mail to alert them once this has been done. For technical assistance on the use of the e-Sourcing Suite please contact Crown Commercial Service

Helpdesk: 0345 010 3503

Responses must be published by the date in IV.2.2.

III.1.2)
Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)
Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)
Information about reserved contracts
III.2)
Conditions related to the contract
III.2.2)
Contract performance conditions:
III.2.3)
Information about staff responsible for the performance of the contract
Section IV: Procedure

IV.1)
Description
IV.1.1)
Type of procedure
Open procedure
IV.1.3)
Information about a framework agreement or a dynamic purchasing system
IV.1.4)
Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)
Information about electronic auction
IV.1.8)
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)
Administrative information
IV.2.1)
Previous publication concerning this procedure
IV.2.2)
Time limit for receipt of tenders or requests to participate
Date: 11/10/2018
Local time: 12:00
IV.2.3)
Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)
Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)
Minimum time frame during which the tenderer must maintain the tender
Duration in months: 8 (from the date stated for receipt of tender)
IV.2.7)
Conditions for opening of tenders
Date: 12/10/2018
Local time: 10:00
Section VI: Complementary information

VI.1)
Information about recurrence
This is a recurrent procurement: no
VI.2)
Information about electronic workflows
Electronic payment will be used
VI.3)
Additional information:
The Contracting Authority will conduct the procurement process on behalf of itself as principal and also on behalf of each other Customer. Any contract awarded may be novated to any other Customer (or any of their successors or assigns). The Contracting Authority expressly reserves the rights:

(i) not to award any contract as a result of the procurement process commenced by publication of this notice;

(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and

(iii) award (a) contract(s) in respect of any part(s) of the services covered by this notice; and

(iv) award contract(s) in stages. In no circumstances will the Contracting Authority be liable for any costs incurred by candidates.

This procurement will be managed electronically via the Crown Commercial Service’s eSourcing Suite. To participate in this procurement, participants must first be registered on the eSourcing Suite. If you have not yet registered on the eSourcing Suite, this can be done online at https://Gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’. 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. Full instructions for registration and use of the system can be found at https://ccs.cabinetoffice.gov.uk/i-am-supplier/respondtender

Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing HOSprocurement@homeoffice.gsi.gov.uk. Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The eMail will be processed and then the buyer will enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. For technical assistance on use of the eSourcing Suite please contact Crown Commercial Service

Helpdesk: Freephone: 0345 010 3503

Responses must be published by the date in IV.2.2.

In order to ensure a considered response to any request for clarification, the last date upon which a supplier can submit clarification is 12:00 hrs 25.9.2018. Please note, suppliers will be required to sign non-disclosure agreement (NDA). Access to the documents will not be granted without a signed NDA. It is a requirement for this procurement activity that the delivery of the minimum number of detection systems (quantity 5) must be on or before 31.3.2019; and that a User Trial forms part of the evaluation process and as such Bidders must be able to provide a representative demonstration of the system user interface (representing real world scenarios) to a location in the UK (specific site to be advised) on 15.10.2018.

VI.4)
Procedures for review
VI.4.1)
Review body
Home Office
Home Office Commercial, 4th Floor, 2 Marsham Street
London
SW1 4DF
United Kingdom
VI.4.2)
Body responsible for mediation procedures
Roberta Ashfield
London
United Kingdom
VI.4.3)
Review procedure
VI.4.4)
Service from which information about the review procedure may be obtained
Roberta Ashfield
London
United Kingdom
VI.5)
Date of dispatch of this notice:
11/09/2018


http://ted.europa.eu/, TED database, © European Communities, 1995-2018.