II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Border Force, which is part of the authority, 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. Border Force Officers do this by inspecting goods in a range of environments that include but are not limited to: freight consignments (ship and aircraft searches), roll-on, roll-off trailers, high vehicles and cars.
In order to support Border Force in the examination process as efficiently and effectively as possible, Border Force is looking to procure commercial, off the shelf (COTS) handheld technology that must be able to facilitate the detection of contraband (drugs, currency and tobacco).
In order to aid Border Force in finding concealed contraband the technology must be:
• able to penetrate barriers which includes at least 3 mm of steel, 5 mm of aluminium, 5 mm of plastic, 25 mm of rubber and 28 mm of wood and image the scanned area,
• robust, transportable safely by car and light enough to be held by individual personnel and utilised in busy and varied environments,
• compliant, if applicable, to the Ionising Radiations Regulations 2017 (IRR17) – any technology using ionising radiation, must be compliant,
• maintained by the supplier (planned and reactive maintenance) for 10 years from purchase.
Border Force ideally require a supplier who can provide this system to meet an aspirational order for delivery late 20/21FY.
The length of contract will be 4 years for procurement of devices. During that period, Border Force expects to have a requirement for up to 45 devices, 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.
Border Force 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 and replacement devices (i.e. where the devices are beyond economical repair), 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 Other Government Departments; Examples include: the Ministry of Justice, Her Majesty’s Revenue and Customs, the British Transport Police, the Police Service Northern Ireland, Police Scotland, the National Crime Agency, the Police and Crime Commissioners of the UK Police Forces listed in the following link https://police.uk/forces, and the Fire and Rescue organisations listed in the following link; http://www.cfoa.org.uk/frs?alpha
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Decommissioning of devices at the end of the 10 year maintenance period will be a priced option.
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 authority is not responsible for any bidding costs incurred by potential suppliers in respect of this procurement. The authority 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.