Section I: Contracting authority
I.1)Name, addresses and contact point(s)MoJ Procurement
Procurement Category Team North Units 8 & 9 Fryers Way, Ossett
For the attention of: Jason Croft
WF5 9TJ Wakefield
UNITED KINGDOM
Telephone: +44 1924205754
E-mail:
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 authorityMinistry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activityPublic order and safety
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Custodial Biometric Key & Radio Vending Systems, Associated Peripherals & Maintenance.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main place of delivery: Ministry of Justice, National Offender Managment Service, HM Prisons located Nationally in the United Kingdom.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)National Call Off Contract for the Supply, Installation & Maintenance of Biometric Key & Radio Vending.
Systems for use in a mainly custodial environment. Includes provision for maintenance, associated peripherals, consumables, training for a period of 4 Years.
The Contracting Authority intends to conclude a call off contract for goods/services on behalf of itself and make provision for other UK public sector bodies (and their statutory successors and organisations created as a result of re-organisation or organisational changes). These will include:
HM Scottish Prison Service.
HM Northern Ireland Prisons Service.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scopeNational Call Off Contract for the Supply, Installation & Maintenance of Biometric Key & Radio Vending.
Systems for use in a mainly custodial Environment. Includes provision for maintenance, associated peripherals, consumables, training for a period of 4 Years.
The Contracting Authority intends to conclude a call off contract for goods/services on behalf of itself and make provision for other UK public sector bodies (and their statutory successors and organisations created as a result of re-organisation or organisational changes). These will include:
HM Scottish Prison Service.
HM Northern Ireland Prisons Service.
This contract will result in making provision for variant systems, which are not a material change to the contract.
The Non Price critria if specified below:
1. Tender Submission Compliance Pass or Fail
2. Organisational Details (Information Only) Information
3. Organisational Compatibility Pass or Fail
4. Operational Compliance with Specification Pass or Fail
5. Capability 15 %
6. Assurance of Supply 20 %
7. Quality Management / Inspection 5 %
8. Logistics & Delivery (including Implementation) 15 %
9. Service Levels 20 %
10. Specification Compliance 20 %
11. Sustainability Considerations 5 %
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 180 000,00 and 5 000 000,00 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required
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.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Must have direct experiance of installation and managment of key vending systems.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: An acceptable Equafax Credit ratings and finaical resource to perform the contract.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Compliance with the Authorites requirements and pass conformance & operational testing requirements.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaLowest price
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:1339-1 Custodial Biometric Key Vending
IV.3.2)Previous publication(s) concerning the same contractPrior information notice
of 6.7.2011
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 26.10.2011 - 00:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate31.10.2011 - 00:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
Other None.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 from the date stated for receipt of tender
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationAs part of the tender period the bidders will be required to carrry out three surveys within Yorkshire & Humberside. Post submission the bidder will also be required to submit equipment for physical evaulation to confirm their products performance against the specification and operational testing.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:15.9.2011