Contract notice

Information

Published

Expire date: 11/11/2022

External Reference: 2022-583845

FTS Reference: 2022-028342

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Civil Nuclear Police Authority (CNPA) / Civil Nuclear Constabulary (CNC)
N/A
Building F6, First Floor ,Culham Science Centre .A
Abingdon
OX14 3DB
UK
Contact person: Nigel Curry
Telephone: +44 3303135449
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=53784&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
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://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=53784&B=BLUELIGHT
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Defence

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Night Vision Goggles - NVG – 797 / #2
Reference number:  NVG – 797 / #2
II.1.2)

Main CPV code

35000000  -  Security, fire-fighting, police and defence equipment
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Supply and Maintenance Services for Night Vision Goggles #2 – SNI security classification:
The CNC have a requirement to purchase of a minimum of 16 sets of Night Vision Googles to replace existing equipment. This could be increased over the term of the contract to up to 40+ devices.
Lifespan of the equipment will be not less than 5 years. (CNC require a Whole Life Cost approach to this supply, which will include servicing of the devices, repairs, refurbishment and spare parts and/or fixings/fittings)
Any NVG’s must meet the required tactical specifications and have a UK based through life spares and support service available.
Potential suppliers will provide a sample ‘testing’ NVG device for tender evaluation and trials by CNC operational Officers for a period of at least one week - commencing 4th November 22 & before the final date for tender submissions.
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

35120000  -  Surveillance and security systems and devices
35200000  -  Police equipment
35720000  -  Intelligence, surveillance, target acquisition and reconnaissance
38631000  -  Binoculars
38632000  -  Nightglasses
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Supply and Maintenance Services for Night Vision Goggles #2 – SNI security classification:
The CNC have a requirement to purchase of a minimum of 16 sets of Night Vision Googles to replace existing equipment. This could be increased over the term of the contract to up to 40+ devices.
Lifespan of the equipment will be not less than 5 years. (CNC require a Whole Life Cost approach to this supply, which will include servicing of the devices, repairs, refurbishment and spare parts and/or fixings/fittings)
Any NVG’s must meet the required tactical specifications and have a UK based through life spares and support service available.
Potential suppliers will provide a sample ‘testing’ NVG device for tender evaluation and trials by CNC operational Officers for a period of at least one week - commencing 4th November 22 & before the final date for tender submissions.
Due to additional funding constraints and an important operational deployment deadline, the NVG devices are required to be in CNC possession and receipted before end March 23 and ready to use and deployment before the 1st/2nd week of April 2023.
The equipment must in production (not a prototype) and meet UK legislation and import regulations.
The equipment must not be obsolete or ceasing production, before the end of the 5-year contract and any spares, replacements or exchanges must be readily available from a UK or European stores or offices and not subject to lengthy export or import procedures, certificates or licences.
This tender will be conducted under the Defence and Security Public Contract Regulations, Open Procedure.
Tenderers/Suppliers will be secured under a Non-Disclosure Agreement
Suppliers will be required to comply with all appropriate sections of the HMG Security Policy Framework.
Suppliers will be required to comply with all appropriate sections of the X List requirements.
This tender is classified as SNI (Sensitive Nuclear Information) and is covered by our policy
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: 316000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: yes
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

Test devices are required for trial and equipment evaluation purposes

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:  As described and stated in the procurement documents supplied.
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

III.2.2)

Contract performance conditions

As described and stated in the procurement documents supplied.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  11/11/2022
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  11/11/2022
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Head of Exec Office and Legal Services
Building F6, Culham Science Centre
Abingdon
OX14 3DB
UK