Planning

High Speed Diffraction X-ray

HOME OFFICE

This public procurement record has 1 release in its history.

Planning

29 Mar 2019 at 21:14

Summary of the contracting process

The Home Office is currently in the planning stage of a procurement process titled "High Speed Diffraction X-ray". This initiative aims to acquire a pilot solution for high-speed diffraction X-ray technology to enhance detection capabilities in the postal and fast parcel environment. The engagement end date for potential suppliers to express their interest is set for 12th April 2019. The procurement relates to the impacts on national security and is classified under the category of "Diffraction apparatus" as per CPV standards. The procurement is intended to occur within the United Kingdom and may involve delivery to British Overseas Territories, Channel Islands, and other specified locations.

This procurement presents substantial opportunities for businesses specialising in advanced detection technologies and surveillance equipment, particularly those capable of delivering solutions that integrate seamlessly with existing systems. Companies with experience in high-throughput scanning and threat detection capabilities are well-positioned to compete. Suppliers that can demonstrate their technologies’ effectiveness and adaptability, as well as their willingness to collaborate with the Home Office, will find advantageous prospects for growth and potential long-term partnerships following successful pilot testing.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

High Speed Diffraction X-ray

Notice Description

Border Force is looking to procure and pilot a High-Speed Diffraction X-Ray solution for use in Border Force's postal and Fast Parcel detection environment. (This equipment should be a minimum of TRL 6 - by this Border Force is looking for a supplier with a technology model or prototype that is capable of being demonstrated in a relevant environment.) This must provide an automatic detection capability that is 'threat-agnostic', with the potential to detection drugs, chemicals, explosives, as well as other dangerous goods and currency. The device must offer the potential for high-throughput scanning which can operate at 'belt speed' of approximately 30m/minute, and manage consignments of a maximum length of 1.2m and maximum weight of 50kgs (representative figures only). The technology must be compatible to be installed in-line with current detection architecture used by Border Force, without disrupting the flow of trade. It is essential that the technology is updatable and offers the potential to be networked in the future. It is expected that the bidder will create a test-bed at their premises using representative test-sets of parcel types. If successful, Border Force would then look to replicate this off-line in an actual environment with a view of using actual parcels from the supply chain. Border Force has an in depth knowledge regarding the threats in the supply chain including, the types of commodities, quantities, wrapping types and parcel sizes and so on. This knowledge that resides with Border Force will be shared with the successful supplier in developing the equipment's capability. Border Force is also assist able to assist in obtaining illicit materials to enable data capture and validation of the technology, during the development phase. The purpose of this document is to assess the capability of the market to meet the requirement. Potential suppliers are invited to send an email to Mark Patrick, Home Office Commercial: Detectiontechnologyprocurement@homeoffice.gov.uk, confirming their interest in this opportunity and providing brief details of their ability to meet the requirement. Emails should be submitted by Friday 12th April 2019. Following this Supplier Engagement events may be held, in which Border Force and Home Office Commercial will provide more information on the project and the procurement process.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-17e1e4ed-ff5a-45fd-a177-792db336e15f
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/f6605184-411b-4e84-a8e8-ee667aa6aa54
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Market Engagement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)


CPV Codes

38530000 - Diffraction apparatus

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
29 Mar 20196 years ago
Submission Deadline
Not specified
Future Notice Date
12 Apr 2019Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HOME OFFICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1P 4DF
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-17e1e4ed-ff5a-45fd-a177-792db336e15f-2019-03-29T21:14:56Z",
    "date": "2019-03-29T21:14:56Z",
    "ocid": "ocds-b5fd17-17e1e4ed-ff5a-45fd-a177-792db336e15f",
    "language": "en",
    "initiationType": "tender",
    "title": "High Speed Diffraction X-ray",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2019-04-12T23:59:59+01:00"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/f6605184-411b-4e84-a8e8-ee667aa6aa54",
                "datePublished": "2019-03-29T21:14:56Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "C15493",
        "title": "High Speed Diffraction X-ray",
        "description": "Border Force is looking to procure and pilot a High-Speed Diffraction X-Ray solution for use in Border Force's postal and Fast Parcel detection environment. (This equipment should be a minimum of TRL 6 - by this Border Force is looking for a supplier with a technology model or prototype that is capable of being demonstrated in a relevant environment.) This must provide an automatic detection capability that is 'threat-agnostic', with the potential to detection drugs, chemicals, explosives, as well as other dangerous goods and currency. The device must offer the potential for high-throughput scanning which can operate at 'belt speed' of approximately 30m/minute, and manage consignments of a maximum length of 1.2m and maximum weight of 50kgs (representative figures only). The technology must be compatible to be installed in-line with current detection architecture used by Border Force, without disrupting the flow of trade. It is essential that the technology is updatable and offers the potential to be networked in the future. It is expected that the bidder will create a test-bed at their premises using representative test-sets of parcel types. If successful, Border Force would then look to replicate this off-line in an actual environment with a view of using actual parcels from the supply chain. Border Force has an in depth knowledge regarding the threats in the supply chain including, the types of commodities, quantities, wrapping types and parcel sizes and so on. This knowledge that resides with Border Force will be shared with the successful supplier in developing the equipment's capability. Border Force is also assist able to assist in obtaining illicit materials to enable data capture and validation of the technology, during the development phase. The purpose of this document is to assess the capability of the market to meet the requirement. Potential suppliers are invited to send an email to Mark Patrick, Home Office Commercial: Detectiontechnologyprocurement@homeoffice.gov.uk, confirming their interest in this opportunity and providing brief details of their ability to meet the requirement. Emails should be submitted by Friday 12th April 2019. Following this Supplier Engagement events may be held, in which Border Force and Home Office Commercial will provide more information on the project and the procurement process.",
        "status": "planning",
        "classification": {
            "scheme": "CPV",
            "id": "38530000",
            "description": "Diffraction apparatus"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "suitability": {
            "sme": true,
            "vcse": false
        }
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/s4Rw35Tf",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/s4Rw35Tf"
            },
            "address": {
                "streetAddress": "Peel Building, Marsham Street",
                "locality": "LONDON",
                "postalCode": "SW1P4DF",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Mark Patrick",
                "email": "Mark.Patrick@homeoffice.gov.uk",
                "telephone": "+44 7827282141"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/s4Rw35Tf",
        "name": "Home Office"
    }
}