Notice Information
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.
Notice Details
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
Buyer & Supplier
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
-
https://www.contractsfinder.service.gov.uk/Notice/838797fb-7f48-4451-9cd6-769689edcb16
8th March 2021 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
}