Closed
Contract for the Supply and Maintenance of Trace Detection Devices
Descriptions
Border Force is a law enforcement command within the Home Office (Buyer). Border Force 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. This is achieved through the immigration and customs checks carried out by at ports and airports. The objective of the Trace Detection Contract is to deter and prevent goods that would harm the national interests from entering the UK. One of the many ways we achieve this is through search of baggage, vehicles and cargo. This element is split into two Lots: Lot 1 - desktop trace detection devices which detect trace levels of narcotics on a range of items including, but not limited to, personal effects such as suitcases and clothing, cargo and varying surfaces across encountered vehicles. Anticipated value £3,350,000. Lot 2 - portable trace detection devices which detect trace levels of narcotics on a range of items including, but not limited to, personal effects such as suitcases and clothing, cargo and varying surfaces across encountered vehicles. Anticipated value £1,450,000. In addition, Home Office, working in conjunction with Her Majesty's Prison and Probation Service (HMPPS) through the Ministry of Justice (MoJ), have identified a requirement for a counter measure that effectively finds and detects narcotics in a prison context. This requirement is covered under a single Lot: Lot 3 - desktop devices which detect trace levels of narcotics on a range of items including, but not limited to, personal effects such as bags, clothing and mail. Anticipated value £4,250,000. The length of contract will be 4 years for procurement of devices. During that period, BF/MoJ expects to have a requirement for up to 60 devices for Lot 1, up to 20 devices for Lot 2 and 90 devices for Lot 3, 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. BF/MoJ 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, replacement devices (i.e. where the devices are beyond economical repair) and drug library updates 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 the Ministry of Justice, the Scottish Prison Service, the Northern Ireland Prison Service and any other person or organisation named in the Contract, as a Cluster Member.
Timeline
Published Date :
Deadline :
Contract Start :
Contract End :
Tender Regions
CPV Codes
38544000 - Drug detection apparatus
Workflows
Status :
Assign to :
Tender Progress :
Details
Notice Type :
Tender Identifier :
TenderBase ID :
Low Value :
High Value :
Region :
Attachments :
Buyer Information
Address :
Website :
Procurement Contact
Name :
Designation :
Phone :
Email :
Possible Competitors
1 Possible Competitors