CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Pre-information procedures
Country: United Kingdom
OJEU Ref: (2016/S 246-450373/EN)
Nature of contract: Service contract
Procedure: Not applicable
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Not applicable

Prior information notice without call for competition
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Home Office
2 Marsham Street
London
Postal code: SW1P 4DF
United Kingdom
Email: cyclamen.commercial@homeoffice.gsi.gov.uk
Internet Address(es):
General address of the contracting authority:
Further information can be obtained from: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity: General public services,Defence,Public order and saftey,Social protection
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II.B: Object of the contract (Supplies or services):
II.1) Title attributed to the contract by the contracting authority/entity:
Maintenance and Provision of Radiological and Nuclear Mobile and Fixed Detection Equipment.
II.2) Type of contract and place of delivery or of performance:
Service category: 27 Other services
United Kingdom, including Northern Ireland, its waters and juxtaposed ports in Europe.
Nuts code: UK
II.3) Information on framework agreement:
II.4) Short description of nature and quantity or value of suppliers or services:
The Home Office wishes to enter a market engagement exercise for its potential requirements for maintenance, support and the provision of mobile and fixed radiological and nuclear detection equipment across the UK and juxtaposed ports to detect and prevent the illicit importation of radiological and nuclear materials.
This requirement is with regards to detection equipment and related support services, however this component forms part of a larger, nationwide RN Detection capability which are and will be subject to separate commercial arrangements.
Lots: The contract is divided into lots: No
II.5) Common procurement vocabulary (CPV):
90721600, 31642000, 35000000, 35113200, 35113300, 35120000, 35121000, 38341000, 38430000, 38546000, 38546100, 38581000, 38940000, 45315100, 45316210, 48210000, 48211000, 50000000, 50116100, 50312300, 50312600, 50324100, 50324200, 50343000, 50410000, 50530000, 50600000, 50610000, 51000000, 51100000, 51200000, 51411000, 51500000, 51540000, 73421000, 98113100
II.6) Scheduled date for start of award procedures:
II.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.8) Additional information:
The Home Office seeks to engage with potential providers for their views on the following potential requirements:
— Establishment of a common, consistent service for the support and maintenance of fixed and mobile radiological/nuclear detection technologies, operational before March 2018.
— Replacement of a number of lanes of fixed detectors with a semi-portable detection solution that incorporates Gamma spectroscopy before March 2018.
— Make provision for the trial, deployment and introduction into service of enhancements to existing detection systems and new fixed and mobile detection technologies.
— As part of the Strategic Service Integration Project, the transition of the existing service to a disaggregated services model of which detection is a part of the whole system.
In order to provide your input to our market engagement exercise, the Home Office invites organisations to complete our pro forma and submit via our eSourcing Suite.
To gain access to the proforma and to submit a response, you must first be registered on the eSourcingSuite. If you have not already yet registered on the eSourcing Suite, it can be done online at by following the link ‘Supplier eSourcing Registration’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation you are registering. Full instructions for registration and use of the system can be found here:
Once registered on the eSourcing Suite, you can get access to the proforma by emailing estelle.watts@homeoffice.gsi.gov.uk
Your email should ask to be added to the event called ‘HO_BF_RFI_CYC’ and you must include the name of the registered company, and the name and contact details for the registered individual sending the email.
Home Office will then give you access to the event and the registered user will receive an email to confirm.
For technical assistance on use of the eSourcing Suite please contact Crown Commercial Service Helpdesk on 0345 0103503.
As part of the market engagement exercise, the Home Office intends to invite some potential providers to participate in discussion on topics detailed in the pro forma between 11. and 12.1.2017. If you would like to participate in the market engagement by meeting with the Authority, please complete the pro forma and submit it via the eSourcing Suite with reasonable notice of 11th and 12th January, ideally prior to 17:00 on 4.1.2017. Please note that meetings are limited on 11/12 January but we may make provision for telephone calls on other dates.
Registering on the eSourcing Suite, providing a response (or not), or attending a meeting will not affect either negatively or positively your ability to participate in any possible, later procurements for these services/goods.

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.2) Conditions for participation:
III.2.1) Information about reserved contracts:

Section VI: Complementary information
VI.1) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: no.
VI.2) Additional information:
VI.3) Information on general regulatory framework:
VI.4) Date of dispatch of this notice: 16.12.2016

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking