Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Secretary of State for the Home Department
Home Office, 2 Marsham Street
London
SW1 4DF
UK
E-mail: HOSprocurement@homeoffice.gov.uk
NUTS: UK
Internet address(es)
Main address: www.gov.uk/government/organisations/home-office
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://homeoffice.app.jaggaer.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://homeoffice.app.jaggaer.com
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://homeoffice.app.jaggaer.com
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
Supply of Training Kits, Explosives Detection Dogs
Reference number: C13730
II.1.2) Main CPV code
24600000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The purpose of this tender exercise is to identify and appoint a supplier or suppliers for canine training kits for explosives detection dogs to the UK Government. The Home Office will be the contracting authority for these requirements. The Home Office will enter into a framework agreement with the supplier(s), under which call-offs can be made by various other agencies and government bodies.
II.1.5) Estimated total value
Value excluding VAT:
2 772 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Not applicable. Contracts will be awarded on a lot by lot basis.
II.2) Description
Lot No: Lot 1
II.2.1) Title
Lot 1: 1.1D Explosives Training Kits
II.2.2) Additional CPV code(s)
24000000
24300000
24600000
73000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Manufacture and supply of canine training kits to UK government organisations located on the UK mainland and NORTHERN IRELAND.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
844 000.00
GBP
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:
No
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
Lot 1: Training kit characteristics:
— kits contain UN hazard classification 1.1D materials;
— six product lines procured; Approx. 300 kits procured per annum.
Lot No: Lot 2
II.2.1) Title
Lot 2: Non-explosive Training Kits
II.2.2) Additional CPV code(s)
24000000
24300000
24600000
73000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Manufacture and supply of canine training kits to UK government organisations located on the UK mainland and NORTHERN IRELAND.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
88 000.00
GBP
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:
No
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
Lot 2: Training kit characteristics:
— kits contain UN hazard classification 6.1 materials.
— two product lines procured; Approx. 404 kits procured per annum.
Lot No: Lot 3
II.2.1) Title
Lot 3: Peroxide Training Kits
II.2.2) Additional CPV code(s)
24000000
24300000
24600000
73000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Manufacture and supply of canine training kits to UK government organisations located on the UK mainland and NORTHERN IRELAND.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
1 840 000.00
GBP
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:
No
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
Lot 3: Training kit characteristics:
— kits contain UN hazard classification 4.1 and 5.1 materials with 1.1A ingredient materials.
— six product lines procured; Approx. 26 000 kits procured per annum.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
(i) Suppliers will need to register to the Home Office eSourcing suite as the tender process is being managed online (see section VI.3 Additional information to this notice).
(ii) Suppliers will need to sign a Non-disclosure Agreement (NDA) in order to participate in this tender process and access the tender documents (see Section VI.3 Additional information to this notice).
(iii) It is a requirement for this procurement activity that those suppliers invited to ITT will be asked to provide representative sample kits to a location in the UK (specific site to be advised) as part of ITT response and as such within ITT response timelines.
(iv) It is also a requirement of this procurement activity that the successful supplier(s) will be able to deliver a production output within 9 months of contract award.
(v) Suppliers will need to be appropriately licensed to manufacture, store and transport these kits to customers on the UK mainland and Northern Ireland.
(vi) Suppliers will need to demonstrate compliance with UK Defence Standards.
(vii) (Lot 1: 1.1D Explosives Training Aids) Suppliers will need to be licensed to store up to 2 000 kilograms of 1.1D materials at any one time.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
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
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 3
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2020/S 159-389097
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/01/2021
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
04/02/2021
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
Tender must be valid until:
31/05/2021
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The contracting authority will conduct the procurement process on behalf of itself as principal and on behalf of each other customer.
Any contract awarded may be novated to any other customer (or any of their successors or assigns). The contracting authority expressly reserves the rights:
(i) not to award any contract as a result of the procurement process commenced by publication of this notice;
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and
(iii) to award (a) contract(s) in respect of any part(s) of the services covered by this notice; and
(iv) to award contract(s) in stages. In no circumstances will the contracting authority be liable for any costs incurred by candidates.
This procurement will be managed electronically using the Home Office eSourcing Suite. To participate in this procurement, suppliers will need to be registered which can be done at: https://homeoffice.app.jaggaer.com; ‘To register click here’.
Help with registration and responding to opportunities is offered through the eSourcing Helpdesk; details append the homepage: https://homeoffice.app.jaggaer.com
A valid Dun and Bradstreet number is a required field as part of the online registration process and, if your organisation does not already have one, it can take up to 10 days for Dun and Bradstreet to respond to a request. The DUNS number forms part of our due diligence checks to determine the organisation wishing to respond to an opportunity and who may subsequently be invited to enter into a contract. Please be mindful of this possible lead-time.
Once registered to the eSourcing Suite, please express your interest to participate in this tender opportunity by emailing: HOSProcurement@homeoffice.gov.uk Your email must be entitled ‘OSCT Supply of Canine Training Kits’ and must clearly state:
(i) name and reference for the procurement you wish to register for;
(ii) the name of the registered supplier;
(iii) the name and contact details for the registered individual sending the email; and
(iv) the lots you wish to bid for.
The email will be processed by the buyer who will issue, via email, a copy of the required Non-disclosure Agreement. Upon successful competition and return of this document by the supplier, the buyer will permit supplier access to the online procurement and relevant lots. The registered user will receive a notification email to alert them once this has been done.
Supplier clarification respect of this opportunity must be submitted to HOSProcurement@homeoffice.gov.uk up until 12.00 8 January 2021.
VI.4) Procedures for review
VI.4.1) Review body
Secretary of State for the Home Department
London
UK
VI.5) Date of dispatch of this notice
20/11/2020