Contract Notice for Electronic Monitoring Hardware Services
This contract notice is to inform the market of the competition by which the Authority intends to contract for the supply of electronic monitoring (EM) hardware solutions, including related infrastructure, firmware and software (EM Hardware Services).
United Kingdom-London: Data-processing machines (hardware)
2016/S 132-237327
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
70 Petty France
London
SW1H 9EX
United Kingdom
Contact person: For the attention of EM Procurement Team
E-mail: Kirsty.MADDEN@justice.gsi.gov.uk
NUTS code: UK
Internet address(es):Main address: www.gov.uk/government/organisations/ministry-of-justice
Address of the buyer profile: www.ministryofjusticecommercial.bravosolution.co.uk
I.3)Communication
70 Petty France
London
SW1H 9EX
United Kingdom
Contact person: Kirsty Madden
E-mail: Kirsty.MADDEN@justice.gsi.gov.uk
NUTS code: UK
Internet address(es):Main address: www.gov.uk/government/organisations/ministry-of-justice
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Electronic Monitoring Hardware Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This contract notice is to inform the market of the competition by which the Authority intends to contract for the supply of electronic monitoring (EM) hardware solutions, including related infrastructure, firmware and software (EM Hardware Services), capable of monitoring a subject’s curfew, location and/or exclusion or inclusion from single or multiple areas as directed by the Authority.
This Contract Notice relates to the procurement activity for Electronic Monitoring Hardware Services only. This requirement forms part of an existing integrated contractor model, designed to deliver an end to end EM system and service. The existing integrated contract structure (below) has already been contracted, and these services are not included in the scope of this procurement.
The existing contract structure includes:
Electronic Monitoring and Field Services (including Service and System Integration);
Electronic Monitoring and Mapping Services;
Electronic Monitoring Network Services.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The purpose of this Contract Notice is to:
Act as a call for competition and the Authority’s intention to manage a procurement;
Exercise to secure a sole supplier for the requirements as detailed in the tender documents.
The Authority is to use the CPN procedure in accordance with Regulation 29 of the Public Contracts Regulations 2015. Full details of the intended procurement time-scales will be provided in the tender documentation, however the outline requirements will be as follows:
Expressions of interest:
All potential bidders are to submit an expression of interest request via the procurement portal found at: ministryofjusticecommercial.bravosolution.co.uk
On receipt of this expression of interest, the Pre-Qualification Questionnaire (PQQ) will be provided.
Pre-Qualification Questionnaire:
All potential bidders will be asked to submit a completed Pre-Qualification Questionnaire. This will be evaluated according to the instructions provided in the PQQ and a number of bidders will be down-selected to the next stage of the procurement process.
Invitation to Submit an Outline Proposal (ISOP):
All bidders down-selected from the PQQ stage will be provided with tender and contract documentation to enable them to submit an outline proposal of their solution. This will have the technical and business requirements detailed sufficiently, with additional details on specific areas which will be subject to negotiation during the process. They will also be asked to provide a number of units which will be subject to testing. The specific testing requirements will be detailed in the ISOP documentation. A Bidder Day to discuss the next stage of the procurement process is planned for September 2016.
Testing:
The testing of hardware units and legal support submissions will be undertaken in accordance with the ISOP documentation. Bidders which supply successfully tested units will proceed to the next stage of the competition, and bidders who provide hardware which does not pass the tests will be deselected at this stage.
Negotiation:
Selected areas of requirements (as detailed in the ISOP) will be subject to discrete negotiation seminars. Once these have been completed, final documentation will be provided to those bidders remaining in the competition. The negotiation sessions will focus on bidders’ offers and obligations relating to integration with the existing Electronic Monitoring platform, supply chain capability and mobilisation of the full solution, evidential integrity and financial impact.
Invitation to Submit Final Tender (ISFT):
The final documentation shall be issued to those bidders remaining in the competition, and they will be asked to submit their final and fixed proposal, which will be evaluated according to the instructions as provided in the ISFT documentation.
Preferred Bidder:
After evaluation, a Preferred Bidder will be selected.
Before expressing an interest in this competition, bidders should read the associated documentation which provides a high level overview of the scope and context for this initiative, and details the minimum requirements expected for the solution.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Contract Term will be for a period of 36 months with 3 optional 12 months extensions (3 + 1 + 1 + 1).
II.2.10)Information about variants
II.2.11)Information about options
The Contract Term will be for a period of 36 months with 3 optional 12 months extensions (3 + 1 + 1 + 1).
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
This procurement is to contract with 1 supplier for:
Electronic Monitoring Hardware Services:
Each of the suppliers to the existing contract structure are in addition also bound by a multi-party Integration Agreement. The successful bidder for Electronic Monitoring Hardware Services contract will also be required to enter into the Integration Agreement.
Tendering and award restrictions:
In accordance with the Authority’s stated restrictions in the earlier procurement exercise the Electronic Monitoring and Field Services provider (as a single bidder, part of a consortium or special purpose vehicle or as a sub-contractor) will be precluded from expressing an interest in, and bidding for the Electronic Monitoring Hardware Services contract (and this preclusion shall also apply to (a) the subsidiary and holding companies of the Electronic Monitoring and Field Services provider (as defined by s1159 Companies Act 2006).
As stated in Section I.2) the Authority is purchasing on behalf of itself and depending on the model, goods and/or services may also be supplied to other Government Agencies or Departments, Executive Agencies and Non Departmental Public Bodies in the UK (including any statutory successors or new bodies created following organisational change). A full list of these bodies can be found at: www.direct.gov.uk/en/Dl1/Directories/A-ZOfCentralGovernment/index but is inclusive of the following contracting authorities:
— Her Majesty’s Courts and Tribunals Service (HMCTS);
— National Offender Management Service (NOMS);
— Home Office;
— Youth Justice Board (YJB);
— Special Immigration and Appeals Commission (SIAC).
This shall include successor bodies and bodies resulting from organisational change. The Authority intends to permit public bodies to use the services purchased under this contract notice. This includes:
— Police constabularies.
Registration:
The Authority will be performing events through its e-Sourcing Portal known as Bravo. The e-Sourcing Portal is an online application that allows all potential suppliers to create and submit their responses to any Pre-Qualification Questionnaire and Tender responses via the internet rather than in paper form (where they have been invited to respond).
Bidders Instructions: How to Express Interest in this Tender:
Register your company on the e-Sourcing Portal (this is only required once):
1) Browse the e-Sourcing Portal: https://ministryofjusticecommercial.bravosolution.co.uk and click the link to register;
2) Accept the terms and conditions and click ‘continue’. (Bidders will be required to accept a separate user agreement specific to the Ministry of Justice as part of the pre-qualification questionnaire);
3) Enter your correct business and user details;
4) Note the username you chose, and then click ‘Save’ when complete;
5) You will shortly receive an email with your unique password (please keep this secure).
Express an Interest in the Tender:
1) Login to the Portal with the username/password;
2) Click the ‘PQQs / ITTs Open to All Suppliers’ link. (These are pre-qualification questionnaires or invitations to tender open to any registered supplier);
3) Click on the relevant PQQ/ ITT to access the content using the following:
PQQ Code — To Insert;
Project Code — To Insert;
4) Click the ‘Express Interest’ button at the top of the page. This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only);
5) You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box. Instructions on how to submit a tender will be provided in the procurement documents.
VI.4.1)Review body
London
United Kingdom
VI.4.3)Review procedure
The Authority will provide a minimum Standstill Period of 10 calendar days following electronic notification (a minimum of 15 calendar days for any other means of communication) following the award decision. Appeals and challenges by unsuccessful applicants should be communicated through the Ministry of Justice e-Sourcing portal (Bravo).
VI.5)Date of dispatch of this notice:
Related Posts
IT Assist Maintenance Contract
Tender for Integrated IT Security Service