Planning

Corrosive Substance Testing Devices Market Engagement Event

HOME OFFICE

This public procurement record has 2 releases in its history.

Planning

20 Mar 2020 at 11:43

Planning

11 Mar 2020 at 13:20

Summary of the contracting process

The Home Office is currently in the planning stage of a procurement process for the "Corrosive Substance Testing Devices Market Engagement Event," aimed at establishing a national framework for testing devices. The engagement event is scheduled for 6th April 2020, with a deadline for expressions of interest set for 1st April 2020. This procurement falls under the remit of imaging equipment for medical, dental, and veterinary use, and it is particularly relevant for suppliers within the testing and detection apparatus industry. The framework, expected to last 24 months with optional extensions, is directed primarily at UK police and Fire & Rescue Authorities.

This tender presents significant opportunities for businesses that specialise in high-technology detection devices, particularly those compatible with stringent EU and UK standards. Suppliers who can provide 10-12 testing devices that rapidly and safely identify liquid corrosives without necessitating the opening of containers are well-suited to compete. Given the focus on portability and versatility, companies with experience in developing compact and easily transportable devices for diverse operational environments will find this procurement especially relevant for expanding their market reach.

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

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.

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

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-b5fd17-285aa067-751c-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"
    }
}