We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

You may get an error message when trying to access the notices listed hereafter. If that is the case, please use the alternative links provided below. We are working on solving the problem. We apologize for the inconvenience.
716246-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:716246-2023:PDFS:FI:HTML
719591-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML
724690-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:724690-2023:PDFS:FI:HTML
731050-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:731050-2023:PDFS:FI:HTML
You may also use the following structure to build the URL of the notices concerned:
https://ted.europa.eu/udl?uri=TED:NOTICE:NNNNNN-2023:PDFS:LL:HTML, (example: https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML), but please bear in mind that only the original language version of the notice is available

There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 241269-2016

14/07/2016    S134

United Kingdom-London: Public security, law and order services

2016/S 134-241269

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Home Office
Postal address: 2 Marsham Street
Town: London
NUTS code: UKJ SOUTH EAST (ENGLAND)
Postal code: SW1P 4DF
Country: United Kingdom
Contact person: Amanda Hallinan
E-mail: freightsearchingprocurement@homeoffice.gsi.gov.uk
Telephone: +44 1303299304
Internet address(es):
Main address: www.gov.uk
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.esn.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: www.esn.bravosolution.co.uk
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
Public order and safety

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Freight Searching, Searching of Persons, Detention and Escorting Services in Northern France.

Reference number: HO_BF_JXT 16 215/30
II.1.2)Main CPV code
75240000 Public security, law and order services
II.1.3)Type of contract
Services
II.1.4)Short description:

The Authority has a requirement for a Contractor to provide security services to support its operational activities in the Ports of Calais, Dunkerque and Coquelles in Northern France. Arrangements made under Sections 40 and 41 of the UK Immigration Asylum and Nationality Act 2006 allow for the examination of vehicles by an agent appointed by the Crown. Arrangements made under the Immigration and Asylum Act 1999 provide powers to agents appointed by the Crown to detain people seeking to evade the immigration control.

II.1.5)Estimated total value
Value excluding VAT: 80 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
75241000 Public security services
II.2.3)Place of performance
NUTS code: FR3 NORD - PAS-DE-CALAIS
Main site or place of performance:

Calais, Dunkerque and Coquelles.

II.2.4)Description of the procurement:

The Authority is responsible for the implementation of the UK Immigration Acts. The Sangatte Protocol and the Treaty of Le Touquet enable the Authority to exercise its immigration powers within defined UK Control Zones in France, otherwise known as the Juxtaposed Controls. Arrangements made under Sections 40 and 41 of the UK Immigration Asylum and Nationality Act 2006 also allow for the examination of freight and tourist vehicles by a person authorised by the Crown for the purpose of satisfying himself whether there are individuals whom an immigration officer might wish to examine.

The Authority has a requirement for a Contractor to provide security services to support its operational activities in the Eurotunnel Terminal at Coquelles and the ports of Calais and Dunkerque in Northern France. The Services include vehicle searching (freight and tourist vehicles), searching of persons, detention and escorting services. The Contractor is required to provide teams of Authorised Search Officers who will: search vehicles by using detection technology or by working collaboratively with another Contractor contracted to provide detection dog teams; and escorting functions which may require the detention of an individual, for a period which is as short as is reasonably necessary and which does not exceed 3 hours, pending the arrival of a Border Force Officer or other authority to whom the individual is to be delivered.

In addition, the Authority has a Holding Room at Dunkerque Port for the purpose of providing Border Force Officers with the facility to temporarily detain individuals pending further investigation and enquiry. Where the Detainee is subsequently refused entry, the Detainee is then discharged into the custody of the PAF. The Authority requires a Contractor to provide Detainee Custody Officer (‘DCO’) services at the Holding Room at Dunkerque Port as specified in Part VIII of the Immigration and Asylum Act 1999. All Contractors Staff designated to perform DCO functions must also be trained and authorised as Authorised Search Officer.

The scope of the requirement is for the provision of a total of forty (40) Authorised Search Officers, 24 hours per day, 365 days per year. 3 of the Authorised Search Officers must also be trained as Detainee Custody Officers.

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: 80 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

The Contract has two (2) twelve (12)-month extension options.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Authority may require the provision of additional teams of Authorise Search Officers (ASO) on a short term (from 1 day up to a maximum of 3 months), medium term (3-12 months) or long term (12 months or longer) basis:

i) Short Term Optional Services may be requested by the Authority to provide additional teams of ASO in response to critical incidents such as severe weather disruption, industrial action at the ports or a change to security threats or risk levels. The Authority anticipates that the Contractor shall provide Staff for Short Term Optional Services from its existing pool of ASO on an overtime basis. The Authority shall provide, whenever possible, seven (7) days written notice to the Contractor for Short Term Optional Services requests, however, due to the nature of critical incidents, the Contractor may be requested to deploy within 24 hours.

ii) Medium or Long term Optional Services may be requested by the Authority to provide additional teams of ASO in response to longer duration issues including increased threat and risk to border security from illegal migrant activity, long term industrial action or other factors leading to increased security risks. The Authority shall provide three (3) months written notice to the Contractor for implementation of Medium Term or Long Term Optional Services requests.

iv) The Authority may require the Contractor to provide 1 or more of the Options at any time during the Contract Term and the Authority shall not limit the number of times any 1 of the Options shall be implemented.

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

The Authority will be arranging site visits to Calais, Coquelles and Dunkerque during the tender period. Details are provided in the General Information Section of the ITT/Request for Proposals.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
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.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2015/S 127-232901
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 18/08/2016
Local time: 23:59
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Tender must be valid until: 31/12/2016
IV.2.7)Conditions for opening of tenders
Date: 18/08/2016
Local time: 23:59
Place:

This Procurement will not be Subject to Public Opening. Tenders will be opened electronically after the date and time specified above.

Information about authorised persons and opening procedure:

Not Applicable. This procurement will not be subject to public opening.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

2-4 years.

VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Information on how to register on the Bravo system for access to the Freight Searching Services Request for Proposals (RFP), also known as Invitation to Tender (ITT), information:

Registering:

a) Click the ‘click here to register’ link;

b) Accept the terms and conditions and click ‘continue’;

c) Enter your business and user details;

d) Note the username you use and click ‘save’ when complete;

e) You will then receive an e-mail with your unique password.

Access to the RFP documentation:

a) Login to the eSourcing portal with your unique username and password;

b) Click on the ‘ITTs open to all suppliers’ link;

c) Click on the relevant titled item;

d) Click the ‘express interest’ button in the ‘actions’ box on the left hand side of the page (this will move the ITT into the economic operators ‘my ITT’ box). This is a secure area for projects only;

e) Click on the ITT description. The economic operators can now access any attachments by clicking the ‘settings and buyer attachments’ in the actions box;

f) Download the documents relating to the Freight Searching Services RFP/ITT to access. Click on the bold and underlined file-name. Select ‘Save’ and store on your PC.

Responding to the Freight Searching Services RFP/ITT:

a) Economic operators can now use the messages functions to communicate with the Authority and seek any clarifications that may be required;

b) Please note the deadline for completion of the RFP/ITT, this is a precise time and the eSourcing portal will reject the economic operators submission if it is submitted after this time;

d) Economic operators should click ‘publish’ when they wish to submit their final completed ITT response. Please note that there is detailed online help.

For further assistance contact the BravoSolution help desk which is available Monday to Friday (8:00 to 18:00) GMT on:

a) email: help@bravosolution.co.uk or

b) Telephone. +44 8003684850.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Not Applicable
Town: Not Applicable
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

The periods set out in the Public Contracts Regulations 2015.

VI.5)Date of dispatch of this notice:
09/07/2016