Planning

Radiological Nuclear Counter Terrorism Response Programme (HO HS RNCT01)

ATAMIS LTD

This public procurement record has 2 releases in its history.

Planning

25 May 2021 at 16:10

Planning

19 May 2021 at 16:00

Summary of the contracting process

The Home Office is initiating the Radiological Nuclear Counter Terrorism Response Programme (HO HS RNCT01), aimed at acquiring personal portable and ROV integrated equipment for radiological and nuclear detection. Currently in the planning stage, key engagement with potential providers is set to conclude by 11 June 2021. Interested suppliers must register on the eSourcing Suite and complete a non-disclosure agreement to participate. This procurement falls under the goods category, with an estimated budget of £1,000,000, and will take place in London, United Kingdom.

This tender presents significant opportunities for businesses specialising in the provision, support, and maintenance of radiological and nuclear detection apparatus. Companies that manufacture or supply measurement and analysis equipment, particularly those capable of fulfilling large-scale requirements and offering comprehensive service options, are well-suited for this tender. Additionally, businesses focusing on engineering services or maintenance, as well as those providing consumables and spare parts, are encouraged to engage in this procurement process to expand their market presence.

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

Radiological Nuclear Counter Terrorism Response Programme (HO HS RNCT01)

Notice Description

Provision, support and maintenance of personal portable / ROV integrated - Radiological and Nuclear detection, identification and measurement equipment, including but not limited to equipment, consumables and spares. Documents relating to this shall me marked with internal reference "HO HS RNCT01" . The Home Office seeks to engage with potential providers for their views on the following potential requirements: - Price of equipment - Technical specifications of equipment - Warrantee on equipment - Service options - Capability of the market to delivery up to several hundred devices - Capability of the market to provide devices for testing - Nature of services - Service options e.g. what maintenance can the Authority do itself - Parts options: e.g. what options are there for spares, can 3rd party batteries be used etc. Responses are required by 11 June 21, to gain access to the proforma and to submit a response, you must first be registered on the eSourcingSuite you will then be required to agree to an NDA before the proforma can be issued to you. The identifier "HO HS RNCT01" will be used on relevant documents within the system and the the Jaggaer reference is Project_220. If you have not already yet registered on the eSourcing Suite, it can be done online at https://homeoffice.app.jaggaer.com/ by following the link 'Supplier eSourcing Registration'. Initial views will be gathered from interested organisations through a questionnaire and may be followed up by an online event and / or 1 to 1 discussions to gather further market insights. Further information will be shared with all interested organisations.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-30422b16-4a76-453b-9f5f-e560716f8343
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/e5db3dd9-7396-43e4-bde5-6c1ca036c715
Current Stage
Planning
All Stages
Planning

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

35 - Security, fire-fighting, police and defence equipment

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

45 - Construction work

48 - Software package and information systems

50 - Repair and maintenance services

51 - Installation services (except software)

73 - Research and development services and related consultancy services

90 - Sewage, refuse, cleaning and environmental services

98 - Other community, social and personal services


CPV Codes

31000000 - Electrical machinery, apparatus, equipment and consumables; lighting

35000000 - Security, fire-fighting, police and defence equipment

35113200 - Nuclear, biological, chemical and radiological protection equipment

35113300 - Safety installations

35120000 - Surveillance and security systems and devices

35121000 - Security equipment

38341000 - Apparatus for measuring radiation

38430000 - Detection and analysis apparatus

38546000 - Explosives detection system

38546100 - Bomb detectors

38581000 - Baggage-scanning equipment

38940000 - Nuclear evaluation instruments

45315100 - Electrical engineering installation works

45316210 - Installation of traffic monitoring equipment

48210000 - Networking software package

48211000 - Platform interconnectivity software package

50000000 - Repair and maintenance services

50312300 - Maintenance and repair of data network equipment

50324100 - System maintenance services

50324200 - Preventive maintenance services

50343000 - Repair and maintenance services of video equipment

50410000 - Repair and maintenance services of measuring, testing and checking apparatus

50530000 - Repair and maintenance services of machinery

50600000 - Repair and maintenance services of security and defence materials

50610000 - Repair and maintenance services of security equipment

51000000 - Installation services (except software)

51100000 - Installation services of electrical and mechanical equipment

51200000 - Installation services of equipment for measuring, checking, testing and navigating

51411000 - Installation services of imaging equipment

51500000 - Installation services of machinery and equipment

73421000 - Development of security equipment

90721600 - Radiation protection services

98113100 - Nuclear safety services

Notice Value(s)

Tender Value
£1,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
25 May 20214 years ago
Submission Deadline
Not specified
Future Notice Date
7 Jun 2021Expired
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
ATAMIS LTD
Contact Name
Home office
Contact Email
rn.procurement@homeoffice.gov.uk
Contact Phone
Not specified

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
TLI London

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-b5fd17-30422b16-4a76-453b-9f5f-e560716f8343-2021-05-25T17:10:40+01:00",
    "date": "2021-05-25T17:10:40+01:00",
    "ocid": "ocds-b5fd17-30422b16-4a76-453b-9f5f-e560716f8343",
    "language": "en",
    "initiationType": "tender",
    "title": "Radiological Nuclear Counter Terrorism Response Programme (HO HS RNCT01)",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2021-06-07T23:59:59+01:00"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/5ae5f87c-b7f4-441f-93bd-4adf34581bbd",
                "datePublished": "2021-05-19T17:00:57+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/e5db3dd9-7396-43e4-bde5-6c1ca036c715",
                "datePublished": "2021-05-19T17:00:57+01:00",
                "dateModified": "2021-05-25T17:10:40+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "CF-0164700D58000000L5A4EAK2",
        "title": "Radiological Nuclear Counter Terrorism Response Programme (HO HS RNCT01)",
        "description": "Provision, support and maintenance of personal portable / ROV integrated - Radiological and Nuclear detection, identification and measurement equipment, including but not limited to equipment, consumables and spares. Documents relating to this shall me marked with internal reference \"HO HS RNCT01\" . The Home Office seeks to engage with potential providers for their views on the following potential requirements: - Price of equipment - Technical specifications of equipment - Warrantee on equipment - Service options - Capability of the market to delivery up to several hundred devices - Capability of the market to provide devices for testing - Nature of services - Service options e.g. what maintenance can the Authority do itself - Parts options: e.g. what options are there for spares, can 3rd party batteries be used etc. Responses are required by 11 June 21, to gain access to the proforma and to submit a response, you must first be registered on the eSourcingSuite you will then be required to agree to an NDA before the proforma can be issued to you. The identifier \"HO HS RNCT01\" will be used on relevant documents within the system and the the Jaggaer reference is Project_220. If you have not already yet registered on the eSourcing Suite, it can be done online at https://homeoffice.app.jaggaer.com/ by following the link 'Supplier eSourcing Registration'. Initial views will be gathered from interested organisations through a questionnaire and may be followed up by an online event and / or 1 to 1 discussions to gather further market insights. Further information will be shared with all interested organisations.",
        "status": "planning",
        "classification": {
            "scheme": "CPV",
            "id": "38341000",
            "description": "Apparatus for measuring radiation"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "38430000",
                "description": "Detection and analysis apparatus"
            },
            {
                "scheme": "CPV",
                "id": "45315100",
                "description": "Electrical engineering installation works"
            },
            {
                "scheme": "CPV",
                "id": "45316210",
                "description": "Installation of traffic monitoring equipment"
            },
            {
                "scheme": "CPV",
                "id": "31000000",
                "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
            },
            {
                "scheme": "CPV",
                "id": "50312300",
                "description": "Maintenance and repair of data network equipment"
            },
            {
                "scheme": "CPV",
                "id": "51000000",
                "description": "Installation services (except software)"
            },
            {
                "scheme": "CPV",
                "id": "35000000",
                "description": "Security, fire-fighting, police and defence equipment"
            },
            {
                "scheme": "CPV",
                "id": "38546000",
                "description": "Explosives detection system"
            },
            {
                "scheme": "CPV",
                "id": "38940000",
                "description": "Nuclear evaluation instruments"
            },
            {
                "scheme": "CPV",
                "id": "50324100",
                "description": "System maintenance services"
            },
            {
                "scheme": "CPV",
                "id": "90721600",
                "description": "Radiation protection services"
            },
            {
                "scheme": "CPV",
                "id": "35120000",
                "description": "Surveillance and security systems and devices"
            },
            {
                "scheme": "CPV",
                "id": "90721600",
                "description": "Radiation protection services"
            },
            {
                "scheme": "CPV",
                "id": "35113200",
                "description": "Nuclear, biological, chemical and radiological protection equipment"
            },
            {
                "scheme": "CPV",
                "id": "35113300",
                "description": "Safety installations"
            },
            {
                "scheme": "CPV",
                "id": "50600000",
                "description": "Repair and maintenance services of security and defence materials"
            },
            {
                "scheme": "CPV",
                "id": "35121000",
                "description": "Security equipment"
            },
            {
                "scheme": "CPV",
                "id": "48210000",
                "description": "Networking software package"
            },
            {
                "scheme": "CPV",
                "id": "51500000",
                "description": "Installation services of machinery and equipment"
            },
            {
                "scheme": "CPV",
                "id": "38546100",
                "description": "Bomb detectors"
            },
            {
                "scheme": "CPV",
                "id": "38581000",
                "description": "Baggage-scanning equipment"
            },
            {
                "scheme": "CPV",
                "id": "48211000",
                "description": "Platform interconnectivity software package"
            },
            {
                "scheme": "CPV",
                "id": "50324200",
                "description": "Preventive maintenance services"
            },
            {
                "scheme": "CPV",
                "id": "50000000",
                "description": "Repair and maintenance services"
            },
            {
                "scheme": "CPV",
                "id": "50312300",
                "description": "Maintenance and repair of data network equipment"
            },
            {
                "scheme": "CPV",
                "id": "50324100",
                "description": "System maintenance services"
            },
            {
                "scheme": "CPV",
                "id": "51411000",
                "description": "Installation services of imaging equipment"
            },
            {
                "scheme": "CPV",
                "id": "50343000",
                "description": "Repair and maintenance services of video equipment"
            },
            {
                "scheme": "CPV",
                "id": "50410000",
                "description": "Repair and maintenance services of measuring, testing and checking apparatus"
            },
            {
                "scheme": "CPV",
                "id": "50530000",
                "description": "Repair and maintenance services of machinery"
            },
            {
                "scheme": "CPV",
                "id": "50610000",
                "description": "Repair and maintenance services of security equipment"
            },
            {
                "scheme": "CPV",
                "id": "51100000",
                "description": "Installation services of electrical and mechanical equipment"
            },
            {
                "scheme": "CPV",
                "id": "51200000",
                "description": "Installation services of equipment for measuring, checking, testing and navigating"
            },
            {
                "scheme": "CPV",
                "id": "73421000",
                "description": "Development of security equipment"
            },
            {
                "scheme": "CPV",
                "id": "98113100",
                "description": "Nuclear safety services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SW1P 4DF"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "SW1P 4DF"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 1000000,
            "currency": "GBP"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "goods"
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/hu9j9Du9",
            "name": "ATAMIS LTD",
            "identifier": {
                "legalName": "ATAMIS LTD",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/hu9j9Du9"
            },
            "address": {
                "streetAddress": "2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "countryName": "GB"
            },
            "contactPoint": {
                "name": "Home office",
                "email": "RN.procurement@homeoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/hu9j9Du9",
        "name": "ATAMIS LTD"
    }
}