Tender

Contract for the Supply and Maintenance of Trace Detection Devices

HOME OFFICE

This public procurement record has 1 release in its history.

Tender

08 Mar 2021 at 16:13

Summary of the contracting process

The Home Office is conducting a tender for the "Contract for the Supply and Maintenance of Trace Detection Devices" within the drug detection apparatus industry. Located in London, this procurement is currently at the tender stage, with a submission deadline set for 12 April 2021. The contract value totals £9,050,000, and it will span a duration of four years, commencing on 16 August 2021 and concluding on 16 August 2025. The procurement process follows an open procedure above the threshold, allowing multiple suppliers to compete for the contract.

This tender presents significant growth opportunities for businesses specialising in the production and maintenance of narcotics detection equipment. Companies with capabilities in this field, including small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs), will find this an advantageous opportunity to expand their market presence. Bidders are encouraged to establish long-term support arrangements with original equipment manufacturers to ensure the sustainability of supply and maintenance for the requested devices throughout the contract duration.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Contract for the Supply and Maintenance of Trace Detection Devices

Notice Description

Border Force is a law enforcement command within the Home Office (Buyer). Border Force secures the border and promotes national prosperity by facilitating the legitimate movement of individuals and goods, whilst preventing those that would cause harm from entering the UK. This is achieved through the immigration and customs checks carried out by at ports and airports. The objective of the Trace Detection Contract is to deter and prevent goods that would harm the national interests from entering the UK. One of the many ways we achieve this is through search of baggage, vehicles and cargo. This element is split into two Lots: Lot 1 - desktop trace detection devices which detect trace levels of narcotics on a range of items including, but not limited to, personal effects such as suitcases and clothing, cargo and varying surfaces across encountered vehicles. Anticipated value PS3,350,000. Lot 2 - portable trace detection devices which detect trace levels of narcotics on a range of items including, but not limited to, personal effects such as suitcases and clothing, cargo and varying surfaces across encountered vehicles. Anticipated value PS1,450,000. In addition, Home Office, working in conjunction with Her Majesty's Prison and Probation Service (HMPPS) through the Ministry of Justice (MoJ), have identified a requirement for a counter measure that effectively finds and detects narcotics in a prison context. This requirement is covered under a single Lot: Lot 3 - desktop devices which detect trace levels of narcotics on a range of items including, but not limited to, personal effects such as bags, clothing and mail. Anticipated value PS4,250,000. The length of contract will be 4 years for procurement of devices. During that period, BF/MoJ expects to have a requirement for up to 60 devices for Lot 1, up to 20 devices for Lot 2 and 90 devices for Lot 3, however this statement should in no way be construed as a commitment to purchase units during the contract period in this, or any other quantity, as the contract will not be based on guaranteed volumes. BF/MoJ requires the devices to remain operational for 10 years from the date of purchase. Bidders will be required to provide evidence of their ability to maintain the devices, including having access to the required spare parts, consumables, replacement devices (i.e. where the devices are beyond economical repair) and drug library updates during the 10 years. For bidders who are not the Original Equipment Manufacturer (OEM), this may include providing evidence to the authority that the necessary contractual arrangements are in place with the OEM to ensure continued access to any required support, spare parts, consumables and replacement devices during the 10 year period. The contract will be open to usage by the Ministry of Justice, the Scottish Prison Service, the Northern Ireland Prison Service and any other person or organisation named in the Contract, as a Cluster Member. Additional information: The Contract is divided into Lots, Tenders may be submitted for all Lots with the maximum number of Lots that may be awarded to one tenderer being 3. 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. Before being given access to the Home Office e-sourcing portal, where the Tender Documents are held, Suppliers will be required to sign the Buyer's Non-Disclosure Agreement (NDA). This NDA should be requested via email from John Bowness at Detectiontechnologyprocurement@homeoffice.gov.uk. A scanned copy incorporating the wet signature should be then be returned via email to John Bowness at Detectiontechnologyprocurement@homeoffice.gov.uk to enable access to the ITT documentation. The terms of the NDA are non-negotiable and your unequivocal acceptance of those therein are required to proceed with this opportunity.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-3dba84f6-23ad-4f5f-ac03-7c6f402b94e6
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/838797fb-7f48-4451-9cd6-769689edcb16
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)


CPV Codes

38544000 - Drug detection apparatus

Notice Value(s)

Tender Value
£9,050,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
8 Mar 20214 years ago
Submission Deadline
12 Apr 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
15 Aug 2021 - 16 Aug 2025 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HOME OFFICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1P 4DF
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-3dba84f6-23ad-4f5f-ac03-7c6f402b94e6-2021-03-08T16:13:04Z",
    "date": "2021-03-08T16:13:04Z",
    "ocid": "ocds-b5fd17-3dba84f6-23ad-4f5f-ac03-7c6f402b94e6",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "C18789",
        "title": "Contract for the Supply and Maintenance of Trace Detection Devices",
        "description": "Border Force is a law enforcement command within the Home Office (Buyer). Border Force secures the border and promotes national prosperity by facilitating the legitimate movement of individuals and goods, whilst preventing those that would cause harm from entering the UK. This is achieved through the immigration and customs checks carried out by at ports and airports. The objective of the Trace Detection Contract is to deter and prevent goods that would harm the national interests from entering the UK. One of the many ways we achieve this is through search of baggage, vehicles and cargo. This element is split into two Lots: Lot 1 - desktop trace detection devices which detect trace levels of narcotics on a range of items including, but not limited to, personal effects such as suitcases and clothing, cargo and varying surfaces across encountered vehicles. Anticipated value PS3,350,000. Lot 2 - portable trace detection devices which detect trace levels of narcotics on a range of items including, but not limited to, personal effects such as suitcases and clothing, cargo and varying surfaces across encountered vehicles. Anticipated value PS1,450,000. In addition, Home Office, working in conjunction with Her Majesty's Prison and Probation Service (HMPPS) through the Ministry of Justice (MoJ), have identified a requirement for a counter measure that effectively finds and detects narcotics in a prison context. This requirement is covered under a single Lot: Lot 3 - desktop devices which detect trace levels of narcotics on a range of items including, but not limited to, personal effects such as bags, clothing and mail. Anticipated value PS4,250,000. The length of contract will be 4 years for procurement of devices. During that period, BF/MoJ expects to have a requirement for up to 60 devices for Lot 1, up to 20 devices for Lot 2 and 90 devices for Lot 3, however this statement should in no way be construed as a commitment to purchase units during the contract period in this, or any other quantity, as the contract will not be based on guaranteed volumes. BF/MoJ requires the devices to remain operational for 10 years from the date of purchase. Bidders will be required to provide evidence of their ability to maintain the devices, including having access to the required spare parts, consumables, replacement devices (i.e. where the devices are beyond economical repair) and drug library updates during the 10 years. For bidders who are not the Original Equipment Manufacturer (OEM), this may include providing evidence to the authority that the necessary contractual arrangements are in place with the OEM to ensure continued access to any required support, spare parts, consumables and replacement devices during the 10 year period. The contract will be open to usage by the Ministry of Justice, the Scottish Prison Service, the Northern Ireland Prison Service and any other person or organisation named in the Contract, as a Cluster Member. Additional information: The Contract is divided into Lots, Tenders may be submitted for all Lots with the maximum number of Lots that may be awarded to one tenderer being 3. 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. Before being given access to the Home Office e-sourcing portal, where the Tender Documents are held, Suppliers will be required to sign the Buyer's Non-Disclosure Agreement (NDA). This NDA should be requested via email from John Bowness at Detectiontechnologyprocurement@homeoffice.gov.uk. A scanned copy incorporating the wet signature should be then be returned via email to John Bowness at Detectiontechnologyprocurement@homeoffice.gov.uk to enable access to the ITT documentation. The terms of the NDA are non-negotiable and your unequivocal acceptance of those therein are required to proceed with this opportunity.",
        "datePublished": "2021-03-08T16:13:04Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "38544000",
            "description": "Drug detection apparatus"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 9050000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2021-04-12T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2021-08-16T00:00:00+01:00",
            "endDate": "2025-08-16T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "goods",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/838797fb-7f48-4451-9cd6-769689edcb16",
                "datePublished": "2021-03-08T16:13:04Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/s4Rw35Tf",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/s4Rw35Tf"
            },
            "address": {
                "streetAddress": "Peel Building, Marsham Street",
                "locality": "LONDON",
                "postalCode": "SW1P4DF",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "detectiontechnologyprocurement@homeoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/s4Rw35Tf",
        "name": "Home Office"
    }
}