Tender

Service and Maintenance of Fixed and Mobile Radio/Nuclide Detection Equipment.

HOME OFFICE

This public procurement record has 1 release in its history.

Tender

28 Jun 2017 at 09:45

Summary of the contracting process

The Home Office is conducting a tender for the provision of service and maintenance of fixed and mobile radio/nuclide detection equipment across the UK and its juxtaposed ports. This procurement, categorised under electronic detection apparatus, is currently in the active tender stage, with submissions due by 12:00 on 31st July 2017. The contract is valued at £75 million, with a minimum financial threshold of £50 million, and is set to begin on 1st March 2019 lasting through until 28th February 2026. Interested suppliers can access the tender documentation through the eSourcing Suite after registering with a valid DUNS number.

This tender offers significant opportunities for businesses specialising in security and detection technology, including those providing maintenance services, IT support, and installation of detection apparatus. Small and medium-sized enterprises (SMEs), particularly those with expertise in environmental monitoring and safety equipment, are well-suited to compete for this contract. By participating in this procurement, businesses can not only secure a long-term contract but also enhance their market presence in the critical field of national security and public safety technology.

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

Service and Maintenance of Fixed and Mobile Radio/Nuclide Detection Equipment.

Notice Description

Provision of maintenance and support to mobile and fixed RN detection equipment across the UK and juxtaposed ports to establish a common and consistent service for support and maintenance of fixed and mobile RN detection technologies operational from March 2019; As part of the Strategic Service Integration Project,transition existing service to a disaggregated services model; detection is part of the whole system. Scope of Services includes: Support, maintenance, configuration and calibration of all detection systems in place and future (including CCTV and ANPR systems, Radioisotope Identification RIDs and automated traffic management systems) and existing and future MRDUs and hand-held RIDs; may include underlying IT Platform. Provision for testing and consistent maintenance of new detection technology from multiple vendors; Transition of live detection services from existing to new commercial arrangements; Service Management of transitioned full Service Integration services for the Detection Services Tower. Additional information: A Selection Questionnaire is on line now via our eSourcing Portal. For access if not registered go to the e-Sourcing Suite at: https://gpsesourcing.cabinetoffice.gov.uk and follow the link 'Register for CCS eSourcing'. To register you need a valid DUNS number (from Dun and Bradstreet), and this must also be for the company contracted with if invited to do so. Full instructions at https://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender You can then express interest by emailing cyclamen.commercial@homeoffice.gsi.gov.uk clearly stating:The procurement to register for (HO_BF_RFP_CYC), the registered supplier name and the name and contact details for the individual(s) to be registered. When processed the registered user will gain eSourcing Suite access for document download. For eSourcing Suite technical assistance contact Crown Commercial Service Help-desk: Free-phone: +443450103503. Your response must be published by 12:00, 31/07/2017

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-d2ac44c1-f6ec-410b-8d5f-495fade658ba
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/c92b9b24-1376-456b-8441-49f48da178fb
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
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)

48 - Software package and information systems

50 - Repair and maintenance services

51 - Installation services (except software)

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

73 - Research and development services and related consultancy services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

31642000 - Electronic detection apparatus

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

38341000 - Apparatus for measuring radiation

38430000 - Detection and analysis apparatus

38546000 - Explosives detection system

38581000 - Baggage-scanning equipment

38940000 - Nuclear evaluation instruments

48210000 - Networking software package

48300000 - Document creation, drawing, imaging, scheduling and productivity software package

50000000 - Repair and maintenance services

51000000 - Installation services (except software)

72000000 - IT services: consulting, software development, Internet and support

73421000 - Development of security equipment

90721600 - Radiation protection services

Notice Value(s)

Tender Value
£75,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
28 Jun 20178 years ago
Submission Deadline
31 Jul 2017Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Mar 2019 - 28 Feb 2026 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
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

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-d2ac44c1-f6ec-410b-8d5f-495fade658ba-2017-06-28T10:45:30+01:00",
    "date": "2017-06-28T10:45:30+01:00",
    "ocid": "ocds-b5fd17-d2ac44c1-f6ec-410b-8d5f-495fade658ba",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "HO_BF_RFP_CYC",
        "title": "Service and Maintenance of Fixed and Mobile Radio/Nuclide Detection Equipment.",
        "description": "Provision of maintenance and support to mobile and fixed RN detection equipment across the UK and juxtaposed ports to establish a common and consistent service for support and maintenance of fixed and mobile RN detection technologies operational from March 2019; As part of the Strategic Service Integration Project,transition existing service to a disaggregated services model; detection is part of the whole system. Scope of Services includes: Support, maintenance, configuration and calibration of all detection systems in place and future (including CCTV and ANPR systems, Radioisotope Identification RIDs and automated traffic management systems) and existing and future MRDUs and hand-held RIDs; may include underlying IT Platform. Provision for testing and consistent maintenance of new detection technology from multiple vendors; Transition of live detection services from existing to new commercial arrangements; Service Management of transitioned full Service Integration services for the Detection Services Tower. Additional information: A Selection Questionnaire is on line now via our eSourcing Portal. For access if not registered go to the e-Sourcing Suite at: https://gpsesourcing.cabinetoffice.gov.uk and follow the link 'Register for CCS eSourcing'. To register you need a valid DUNS number (from Dun and Bradstreet), and this must also be for the company contracted with if invited to do so. Full instructions at https://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender You can then express interest by emailing cyclamen.commercial@homeoffice.gsi.gov.uk clearly stating:The procurement to register for (HO_BF_RFP_CYC), the registered supplier name and the name and contact details for the individual(s) to be registered. When processed the registered user will gain eSourcing Suite access for document download. For eSourcing Suite technical assistance contact Crown Commercial Service Help-desk: Free-phone: +443450103503. Your response must be published by 12:00, 31/07/2017",
        "datePublished": "2017-06-28T10:45:30+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "31642000",
            "description": "Electronic detection apparatus"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "35000000",
                "description": "Security, fire-fighting, police and defence equipment"
            },
            {
                "scheme": "CPV",
                "id": "38341000",
                "description": "Apparatus for measuring radiation"
            },
            {
                "scheme": "CPV",
                "id": "38430000",
                "description": "Detection and analysis apparatus"
            },
            {
                "scheme": "CPV",
                "id": "38546000",
                "description": "Explosives detection system"
            },
            {
                "scheme": "CPV",
                "id": "38581000",
                "description": "Baggage-scanning equipment"
            },
            {
                "scheme": "CPV",
                "id": "38940000",
                "description": "Nuclear evaluation instruments"
            },
            {
                "scheme": "CPV",
                "id": "48210000",
                "description": "Networking software package"
            },
            {
                "scheme": "CPV",
                "id": "48300000",
                "description": "Document creation, drawing, imaging, scheduling and productivity software package"
            },
            {
                "scheme": "CPV",
                "id": "50000000",
                "description": "Repair and maintenance services"
            },
            {
                "scheme": "CPV",
                "id": "51000000",
                "description": "Installation services (except software)"
            },
            {
                "scheme": "CPV",
                "id": "72000000",
                "description": "IT services: consulting, software development, Internet and support"
            },
            {
                "scheme": "CPV",
                "id": "73421000",
                "description": "Development of security equipment"
            },
            {
                "scheme": "CPV",
                "id": "90721600",
                "description": "Radiation protection 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"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 50000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 75000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2017-07-31T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2019-03-01T00:00:00Z",
            "endDate": "2026-02-28T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/c92b9b24-1376-456b-8441-49f48da178fb",
                "datePublished": "2017-06-28T10:45:30+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "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": "Home Office, 2 Marsham Street, London SW1P 4DF, United Kingdom",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "cyclamen.commercial@homeoffice.gsi.gov.uk"
            },
            "details": {
                "url": "https://www.gov.uk/government/organisations/home-office"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/s4Rw35Tf",
        "name": "Home Office"
    }
}