Provide Goods and Services for Day and Night Vision Systems
Border Force Border Protection Squadron has a fleet of 5 fast patrol boats (‘Cutters’), and each Cutter requires a Day/Night Vision System in order to identify images in daylight, twilight and night time conditions.
United Kingdom-Manchester: Surveillance system
2015/S 166-302783
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Home Office
Home Office Commercial, 15th Floor, West Point, 501 Chester Road, Old Trafford
For the attention of: Janine Melia
M16 9HU Manchester
UNITED KINGDOM
Telephone: +44 1612610963
E-mail: janine.melia@homeoffice.gsi.gov.uk
Internet address(es):
General address of the contracting authority: http://www.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
Main site or location of works, place of delivery or of performance: United Kingdom.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Border Force is a professional law enforcement command within the Home Office (the ‘Authority’). Border Force Border Protection Squadron (the ‘BPS’) has a fleet of 5 fast patrol boats (‘Cutters’), and each Cutter requires a Day/Night Vision System in order to identify images in daylight, twilight and night time conditions for surveillance and evidential purposes (‘Day/Night Vision System’). Images from these cameras will be recorded and may be presented at a court of law as evidential information. These Day/Night Vision Systems will be critical in the gathering of evidence. The Day/Night Vision Systems are an integral part of the Cutter operations.
II.1.6)Common procurement vocabulary (CPV)
35125000, 38651000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.2)Information about options
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively; 9 / 16
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Revenue compliance checks will be undertaken throughout the tendering exercise using information from HMRC’s records. UK applicants will be required to provide their tax reference numbers, i.e. Value Added Tax registration number, PAYE collection reference, Corporation Tax or Self Assessment reference, as applicable. Overseas or non-UK applicants will be required to submit a certificate of tax compliance obtained from the country in which they are resident for tax purposes. Applicants unable to demonstrate an acceptable revenue compliance record may be excluded from tendering or from further participation in the tendering exercise.
If a company is a subsidiary, or a member of a group, the above details may also be required in respect of the parent company, or other group member as appropriate. Checks will also be made in respect of any outstanding Civil Penalty actions under the terms of the Immigration and Asylum act 1999, Section 32 and any outstanding penalties may result in applicants being excluded from tendering or from further participation in this Tendering exercise. If a company is a subsidiary, or a member of a group, the above details may also be required in respect of the Parent Company or other group members.
III.2.2)Economic and financial ability
Company name, registration number, business and registered office address, telephone and facsimile numbers, e-mail address and contact name. Statement of turnover in respect of the required service only.(Tenders from Bidders whose turnover is judged to be insufficient to support the area of interest may be excluded from further consideration). Details of relevant insurances held (with values), to include, as a minimum, and as applicable, Public Liability and Employers Liability Insurance. If a company is a subsidiary, a member of a group or consortium, the above details may also be required in respect of the parent company, other group members or each consortium member as appropriate, and a parent company guarantee may be required (if applicable).
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 60
2. Cost. Weighting 40
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 101-183842 of 28.5.2015
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.3)Additional information
This procurement will be managed electronically via the Crown Commercial Service e-Sourcing Portal.
To participate in this procurement, participants must first be registered on the e-Sourcing Portal. If you have not yet registered on the eSourcing Portal, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’.
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. Full instructions for registration and use of the system can be found athttp://gps.cabinetoffice.gov.uk/i-am-supplier/respondtender. Once you have registered on the eSourcing Portal, a registered user can express an interest for a specific procurement. This is done by emailing the buyer, i.e.: janine.melia@homeoffice.gsi.gov.uk Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The email will be processed and then the buyer will enable the supplier to access the procurement online via the e-Sourcing Portal. The registered user will receive a notification email to alert them once this has been done.
For technical assistance on use of the e-Sourcing Portal please contact Crown Commercial Service.
Helpdesk: Freephone: +44 3450103503, email: supplier@gps.gsi.gov.uk
VI.5)Date of dispatch of this notice: