Notice Information
Notice Title
Corrosive Substance Testing Devices Market Engagement Event
Notice Description
The Home Office will be holding a market engagement event relating to a national framework for corrosive substance testing devices. The event will be conducted via a virtual format, on 6th April 2020. The aim of the event will be to test the capability of the market. Please email collaborativeprocurement@homeoffice.gov.uk by Wednesday, 1st April 2020 to express an interest in attending the market engagement event. Please include "Corrosive Substances Market Engagement Event" in the subject title of your email. Please note that that a maximum of 3 supplier representatives may attend. The Home Office is expecting to publish the procurement notice in the summer 2020. The framework is expected to be for a period of 24 months, with two optional 12-month extension periods (for a total possible extension period of 24 months). There will be no guarantee of volumes of work under the framework and contracting authorities will decide whether they wish to draw devices from the framework. Bidders will need to be prepared to meet all costs associated with bidding, including the submission of technical/commercial documentation and the provision of devices if selected, to enable robust testing and evaluation, as well as any other reasonable requests to expediate the submission and evaluation of bids. Bidders will need to provide 10 - 12 number of devices as part of the testing and evaluation process. The devices submitted by bidders should be of a high technology readiness level and will need to be produced in accordance with the most recent and relevant EU and UK standards and Home Office specifications which will be detailed within the supporting ITT documentation. (Expected to be published in the summer, 2020). Several criteria are of such significance that there will be minimum requirements that bidders will have to achieve in order to be considered for the National Framework Agreement for the Supply and Delivery of Corrosive Substance Testing Devices, such as devices will need to be able to detect liquid corrosives safely and quickly, without the need to open full or part full containers or bottles and use non-destructive technology. Technologies covered by the Ionising Radiation Regulations 2017 will be excluded. Responders will need to deploy devices within a variety of environments, including urban and rural locations. The devices submitted by bidders shall be able to be transported to where it is required whilst being readily portable by a single responder (to allow the device to be taken to the container). The devices submitted by bidders should be able to detect but not be limited to the corrosive substances listed: sulfuric acid, hydrochloric acid, ammonium hydroxide, sodium hydroxide, sodium hypochlorite, formic acid, nitric acid, phosphoric acid and hydrofluoric acid. Successful technology should be able to differentiate between corrosive substances and for example water and soft drinks reliably. Additional information: The Secretary of State for the Home Department (the 'Home Office') is seeking to procure testing devices for the detection of corrosive substances on behalf of UK Policing and UK public sector bodies. The procurement will be led by the Home Office, working in collaboration with the National Police Chief Council Lead and the Defence Science and Technology Laboratory (Dstl). The Home Office will be the main contracting authority and framework administrator and will be acting on behalf of other contracting authorities in putting in place a national framework for corrosive substance testing devices. The framework will primarily be intended for use by all UK police and Fire & Rescue Authorities, and public sector bodies (and any future successors to these organisations). The Home Office will enter into a framework agreement called the National Framework Agreement for the Supply and Delivery of Corrosive Substance Testing Devices with the winning bidder/s, and contracting authorities will call off their requirements using the terms and conditions under the framework.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-285aa067-751c-4139-9ed2-cac5091a71d0
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/e78623c7-bd19-4069-94f9-cbd582e82218
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Market Engagement Notice
- Procurement Type
- Framework
- 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
33 - Medical equipments, pharmaceuticals and personal care products
38 - Laboratory, optical and precision equipments (excl. glasses)
-
- CPV Codes
33110000 - Imaging equipment for medical, dental and veterinary use
38430000 - Detection and analysis apparatus
38540000 - Machines and apparatus for testing and measuring
38900000 - Miscellaneous evaluation or testing instruments
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Mar 20205 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 2 Apr 2020Expired
- 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
Buyer & Supplier
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
-
https://www.contractsfinder.service.gov.uk/Notice/e78623c7-bd19-4069-94f9-cbd582e82218
20th March 2020 - Early engagement notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-b5fd17-285aa067-751c-4139-9ed2-cac5091a71d0-2020-03-20T11:43:11Z",
"date": "2020-03-20T11:43:11Z",
"ocid": "ocds-b5fd17-285aa067-751c-4139-9ed2-cac5091a71d0",
"language": "en",
"initiationType": "tender",
"title": "Corrosive Substance Testing Devices Market Engagement Event",
"planning": {
"milestones": [
{
"id": "1",
"title": "Engagement end date",
"type": "engagement",
"dueDate": "2020-04-02T23:59:59+01:00"
}
],
"documents": [
{
"id": "1",
"documentType": "marketEngagementNotice",
"description": "Early engagement notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/e78623c7-bd19-4069-94f9-cbd582e82218",
"datePublished": "2020-03-11T13:20:04Z",
"format": "text/html",
"language": "en",
"dateModified": "2020-03-20T11:43:11Z"
}
]
},
"tender": {
"id": "Corrosive Substances Testing Devices",
"title": "Corrosive Substance Testing Devices Market Engagement Event",
"description": "The Home Office will be holding a market engagement event relating to a national framework for corrosive substance testing devices. The event will be conducted via a virtual format, on 6th April 2020. The aim of the event will be to test the capability of the market. Please email collaborativeprocurement@homeoffice.gov.uk by Wednesday, 1st April 2020 to express an interest in attending the market engagement event. Please include \"Corrosive Substances Market Engagement Event\" in the subject title of your email. Please note that that a maximum of 3 supplier representatives may attend. The Home Office is expecting to publish the procurement notice in the summer 2020. The framework is expected to be for a period of 24 months, with two optional 12-month extension periods (for a total possible extension period of 24 months). There will be no guarantee of volumes of work under the framework and contracting authorities will decide whether they wish to draw devices from the framework. Bidders will need to be prepared to meet all costs associated with bidding, including the submission of technical/commercial documentation and the provision of devices if selected, to enable robust testing and evaluation, as well as any other reasonable requests to expediate the submission and evaluation of bids. Bidders will need to provide 10 - 12 number of devices as part of the testing and evaluation process. The devices submitted by bidders should be of a high technology readiness level and will need to be produced in accordance with the most recent and relevant EU and UK standards and Home Office specifications which will be detailed within the supporting ITT documentation. (Expected to be published in the summer, 2020). Several criteria are of such significance that there will be minimum requirements that bidders will have to achieve in order to be considered for the National Framework Agreement for the Supply and Delivery of Corrosive Substance Testing Devices, such as devices will need to be able to detect liquid corrosives safely and quickly, without the need to open full or part full containers or bottles and use non-destructive technology. Technologies covered by the Ionising Radiation Regulations 2017 will be excluded. Responders will need to deploy devices within a variety of environments, including urban and rural locations. The devices submitted by bidders shall be able to be transported to where it is required whilst being readily portable by a single responder (to allow the device to be taken to the container). The devices submitted by bidders should be able to detect but not be limited to the corrosive substances listed: sulfuric acid, hydrochloric acid, ammonium hydroxide, sodium hydroxide, sodium hypochlorite, formic acid, nitric acid, phosphoric acid and hydrofluoric acid. Successful technology should be able to differentiate between corrosive substances and for example water and soft drinks reliably. Additional information: The Secretary of State for the Home Department (the 'Home Office') is seeking to procure testing devices for the detection of corrosive substances on behalf of UK Policing and UK public sector bodies. The procurement will be led by the Home Office, working in collaboration with the National Police Chief Council Lead and the Defence Science and Technology Laboratory (Dstl). The Home Office will be the main contracting authority and framework administrator and will be acting on behalf of other contracting authorities in putting in place a national framework for corrosive substance testing devices. The framework will primarily be intended for use by all UK police and Fire & Rescue Authorities, and public sector bodies (and any future successors to these organisations). The Home Office will enter into a framework agreement called the National Framework Agreement for the Supply and Delivery of Corrosive Substance Testing Devices with the winning bidder/s, and contracting authorities will call off their requirements using the terms and conditions under the framework.",
"status": "planning",
"classification": {
"scheme": "CPV",
"id": "33110000",
"description": "Imaging equipment for medical, dental and veterinary use"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "38430000",
"description": "Detection and analysis apparatus"
},
{
"scheme": "CPV",
"id": "38540000",
"description": "Machines and apparatus for testing and measuring"
},
{
"scheme": "CPV",
"id": "38900000",
"description": "Miscellaneous evaluation or testing instruments"
}
],
"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"
},
{
"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": {
"email": "collaborativeprocurement@homeoffice.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/s4Rw35Tf",
"name": "Home Office"
}
}