Planning

HO_BF_RFI_Testing Facilities

HOME OFFICE

This public procurement record has 2 releases in its history.

Planning

30 Jan 2018 at 10:14

Planning

23 Jan 2018 at 14:35

Summary of the contracting process

The Home Office is currently in the planning stage for a procurement titled "HO_BF_RFI_Testing Facilities," aimed at securing testing facility services for various detection and related equipment, including radiological and nuclear detectors. The procurement process is scheduled for market engagement, with the engagement end date set for 16th February 2018. The location for the contracted services is England, specifically Croydon, and the announcement has been made under the technical inspection and testing services category (CPV code 71630000). Interested businesses are encouraged to register on the eSourcing Suite for details on participation.

This tender presents substantial opportunities for businesses affiliated with technical inspection, facilities management, and radiation protection services. Companies that specialise in the provision of secure testing environments, equipment configuration, and compliance with health and safety regulations would be well-positioned to compete for this contract. The Home Office's engagement exercise aims to attract capable suppliers willing to collaborate closely on these critical services, which are essential for testing detection technologies.

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

HO_BF_RFI_Testing Facilities

Notice Description

Provision of testing facility services for the testing of Detection and related equipment including fixed, mobile and hand held radiological and nuclear (RN) detectors. Additional information: The Home Office is seeking to enter into a market engagement exercise to inform its potential service requirements for the provision of testing facility services for the testing of detection equipment and associated equipment such as, but not limited to, information communications technology (ICT) and automatic number plate recognition (ANPR). The primary purpose of the testing facility is to facilitite the testing of fixed, mobile and portable radiological and nuclear (RN) detectors by the Home Office and a number of its partners and suppliers. The facility may also be used for testing other types of detection equipment such as, but not limited to, x-ray scanners. The managed, secure, facility or facilities where testing can be carried out by the Home Office and its suppliers and its partners must: * be able to accommodate a number of different types of fixed, mobile and portable detector and all associated ICT; * have a building or buildings capable of housing detectors; detector parts; ICT (including PCs, racked computers and networking); and staff; * facilitate access by car and relatively regular access for HGVs; and * comply with all relavant regulration including but not limited to health and safety and regulations relating to the management of RN sources. Services provided will likely include, but not be limited to: goods administration; detector and hardware configuration; site access management; and facilities booking. In order to express interest in our this market engagement exercise, the Home Office invites organisations to registered on the eSourcingSuite. If you have not already yet registered on the eSourcing Suite, this can be accessed online at https://gpsesourcing.cabinetoffice.gov.uk by following the link "Supplier eSourcing Registration". Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation you are registering. Full instructions for registration and use of the system can be found here: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For technical assistance on use of the eSourcing Suite please contact Crown Commercial Service Helpdesk on 0345 0103503. Following registratione all interested suppliers are invited to submit a short summary of their capability in relation to the requirements. As part of the market engagement exercise, the Home Office intends to invite between 1st and 16th February 2018, some potential providers to participate in discussion on topics related to the requirements. Registering on the eSourcing Suite, providing a response (or not), or attending a meeting will not affect either negatively or positively your ability to participate in any possible, later procurements for these services.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-bfacb468-96d1-410e-abb9-a92b838878f7
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/425c65e4-0fa6-45c4-bf53-41ad6b77f10f
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
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services

98 - Other community, social and personal services


CPV Codes

71630000 - Technical inspection and testing services

72254000 - Software testing

72514100 - Facilities management services involving computer operation

79993100 - Facilities management services

90721600 - Radiation protection services

98113100 - Nuclear safety services

Notice Value(s)

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

Notice Dates

Publication Date
30 Jan 20188 years ago
Submission Deadline
Not specified
Future Notice Date
16 Feb 2018Expired
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
CROYDON
Postcode
CR0 1XG
Post Town
Croydon
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI6 Outer London - South
Small Region (ITL 3)
TLI62 Croydon
Delivery Location
Not specified

Local Authority
Croydon
Electoral Ward
Fairfield
Westminster Constituency
Croydon West

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-bfacb468-96d1-410e-abb9-a92b838878f7-2018-01-30T10:14:57Z",
    "date": "2018-01-30T10:14:57Z",
    "ocid": "ocds-b5fd17-bfacb468-96d1-410e-abb9-a92b838878f7",
    "language": "en",
    "initiationType": "tender",
    "title": "HO_BF_RFI_Testing Facilities",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2018-02-16T23:59:59Z"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/425c65e4-0fa6-45c4-bf53-41ad6b77f10f",
                "datePublished": "2018-01-30T10:14:57Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "marketStudies",
                "description": "PIN Testing Facilities",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/5d8b4744-8ebe-40f9-a3f1-d3395bd1b9d2",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ]
    },
    "tender": {
        "id": "HO_BF_Testing Facilities",
        "title": "HO_BF_RFI_Testing Facilities",
        "description": "Provision of testing facility services for the testing of Detection and related equipment including fixed, mobile and hand held radiological and nuclear (RN) detectors. Additional information: The Home Office is seeking to enter into a market engagement exercise to inform its potential service requirements for the provision of testing facility services for the testing of detection equipment and associated equipment such as, but not limited to, information communications technology (ICT) and automatic number plate recognition (ANPR). The primary purpose of the testing facility is to facilitite the testing of fixed, mobile and portable radiological and nuclear (RN) detectors by the Home Office and a number of its partners and suppliers. The facility may also be used for testing other types of detection equipment such as, but not limited to, x-ray scanners. The managed, secure, facility or facilities where testing can be carried out by the Home Office and its suppliers and its partners must: * be able to accommodate a number of different types of fixed, mobile and portable detector and all associated ICT; * have a building or buildings capable of housing detectors; detector parts; ICT (including PCs, racked computers and networking); and staff; * facilitate access by car and relatively regular access for HGVs; and * comply with all relavant regulration including but not limited to health and safety and regulations relating to the management of RN sources. Services provided will likely include, but not be limited to: goods administration; detector and hardware configuration; site access management; and facilities booking. In order to express interest in our this market engagement exercise, the Home Office invites organisations to registered on the eSourcingSuite. If you have not already yet registered on the eSourcing Suite, this can be accessed online at https://gpsesourcing.cabinetoffice.gov.uk by following the link \"Supplier eSourcing Registration\". Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation you are registering. Full instructions for registration and use of the system can be found here: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For technical assistance on use of the eSourcing Suite please contact Crown Commercial Service Helpdesk on 0345 0103503. Following registratione all interested suppliers are invited to submit a short summary of their capability in relation to the requirements. As part of the market engagement exercise, the Home Office intends to invite between 1st and 16th February 2018, some potential providers to participate in discussion on topics related to the requirements. Registering on the eSourcing Suite, providing a response (or not), or attending a meeting will not affect either negatively or positively your ability to participate in any possible, later procurements for these services.",
        "status": "planning",
        "classification": {
            "scheme": "CPV",
            "id": "71630000",
            "description": "Technical inspection and testing services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "72254000",
                "description": "Software testing"
            },
            {
                "scheme": "CPV",
                "id": "72514100",
                "description": "Facilities management services involving computer operation"
            },
            {
                "scheme": "CPV",
                "id": "79993100",
                "description": "Facilities management services"
            },
            {
                "scheme": "CPV",
                "id": "90721600",
                "description": "Radiation protection services"
            },
            {
                "scheme": "CPV",
                "id": "98113100",
                "description": "Nuclear safety services"
            }
        ],
        "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": false,
            "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": "Southern House, Wellesley Grove",
                "locality": "Croydon",
                "postalCode": "CR0 1XG",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Steve Butler",
                "email": "stephencharles.butler1@homeoffice.gsi.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/s4Rw35Tf",
        "name": "Home Office"
    }
}