Tender

Contract for the Supply and Maintenance of CO2 Detection Analysers

HOME OFFICE

This public procurement record has 2 releases in its history.

Tender

17 Sep 2021 at 21:45

Planning

07 Jul 2021 at 21:45

Summary of the contracting process

The Home Office, through its Border Force unit, is currently in the active tender stage for the "Contract for the Supply and Maintenance of CO2 Detection Analysers," classified under the goods category for gas-detection apparatus. This procurement process, structured as an open procedure, is aimed at enhancing border security and is set in the UK, specifically for locations including the Port of Calais. The deadline for submissions is 18 October 2021 at 12:00 GMT, with questions for clarification accepted until 5 October 2021.

This tender presents significant growth opportunities for businesses involved in detection technology, particularly those specialising in portable gas analysis equipment. Suppliers with capabilities to provide lightweight, robust Carbon Dioxide gas analysers, suitable for use in challenging environments like freight facilities, would be particularly well-placed to compete. Additionally, firms that can offer comprehensive maintenance, calibration services, and possess the necessary accreditations will find themselves in a favourable position to fulfil the requirements of this procurement.

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 CO2 Detection Analysers

Notice 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.

Lot Information

Lot 1

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). 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.

Renewal: There is s a further option to extend period of 12 months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02c519
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/023251-2021
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

38431100 - Gas-detection apparatus

38540000 - Machines and apparatus for testing and measuring

Notice Value(s)

Tender Value
£1,500,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Sep 20214 years ago
Submission Deadline
18 Oct 2021Expired
Future Notice Date
29 Jun 2021Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
HOME OFFICE
Contact Name
Antonia Whiting
Contact Email
borderforceprocurementteam@homeoffice.gov.uk
Contact Phone
Not specified

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

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-h6vhtk-02c519-2021-09-17T22:45:04+01:00",
    "date": "2021-09-17T22:45:04+01:00",
    "ocid": "ocds-h6vhtk-02c519",
    "description": "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.",
    "initiationType": "tender",
    "tender": {
        "id": "C21053",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Contract for the Supply and Maintenance of CO2 Detection Analysers",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "38431100",
            "description": "Gas-detection apparatus"
        },
        "mainProcurementCategory": "goods",
        "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.",
        "value": {
            "amount": 1500000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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). 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.",
                "status": "active",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There is s a further option to extend period of 12 months."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38540000",
                        "description": "Machines and apparatus for testing and measuring"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Secretary of State for the Home Department 2 Marsham Street London United Kingdom. SW1P 4DF"
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2021-06-30T00:00:00+01:00",
            "atypicalToolUrl": "https://homeoffice.app.jaggaer.com/web/login.html"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://homeoffice.app.jaggaer.com/web/login.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Candidates will be assessed on the basis of information provided in response to the invitation to tender (ITT).",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2021-10-18T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2021-10-18T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-10-18T12:00:00+01:00"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-21891",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office"
            },
            "address": {
                "streetAddress": "Secretary of State for the Home Department, 2 Marsham Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1P 4DF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "BorderForceProcurementTeam@homeoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1007",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office"
            },
            "address": {
                "streetAddress": "2 Marsham Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1P 4DF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Antonia Whiting",
                "email": "BorderForceProcurementTeam@homeoffice.gov.uk",
                "url": "https://homeoffice.app.jaggaer.com/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "url": "http://www.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1007",
        "name": "Home Office"
    },
    "language": "en"
}