Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Contract for the Supply and Maintenance of Handheld X-Ray Devices

  • First published: 04 November 2020
  • Last modified: 04 November 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Secretary of State for the Home Department
Authority ID:
AA78562
Publication date:
04 November 2020
Deadline date:
27 November 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Secretary of State for the Home Department

Border Force, 3rd Floor, Block C, Soapworks, Colgate Lane

Salford

M5 3FS

UK

Contact person: Detection Technology Procurement Team

E-mail: Detectiontechnologyprocurement@homeoffice.gov.uk

NUTS: UK

Internet address(es)

Main address: www.gov.uk/home-office

Address of the buyer profile: https://homeoffice.app.jaggaer.com/web/login.html

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://homeoffice.app.jaggaer.com/web/login.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://homeoffice.app.jaggaer.com/web/login.html


Tenders or requests to participate must be sent 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

Contract for the Supply and Maintenance of Handheld X-Ray Devices

II.1.2) Main CPV code

38582000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The authority requires handheld X-ray devices to assist authority officers in the detection of concealed contraband such as drugs, currency and tobacco.

II.1.5) Estimated total value

Value excluding VAT: 5 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

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.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 112-272922

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 27/11/2020

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 5 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 27/11/2020

Local time: 12:00

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

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 Handheld X-Ray 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 27 November 2020 at 12.00 Midday GMT. Clarification requests must be submitted no later than 20 November 2020.

VI.4) Procedures for review

VI.4.1) Review body

Home Office

London

UK

VI.5) Date of dispatch of this notice

26/10/2020

Coding

Commodity categories

ID Title Parent category
38582000 X-ray inspection equipment Non-medical equipment based on the use of radiations

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Detectiontechnologyprocurement@homeoffice.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.