Tender

Radionuclide Identification Devices (RIDs)

ATAMIS LTD

This public procurement record has 1 release in its history.

Tender

16 Apr 2021 at 19:36

Summary of the contracting process

The Home Office is conducting a tender for Radionuclide Identification Devices (RIDs), with the title "Radionuclide Identification Devices (RIDs)". This procurement falls under the goods category and is classified under CPV code 38341000, specifically for apparatus for measuring radiation. The tender is currently in the selection stage, which involves shortlisting qualified bidders through a restricted procedure. The deadline for submitting expressions of interest is 19 May 2021, while the contract period is scheduled to run from 01 November 2021 to 31 October 2025, with a potential extension for two additional years. The overall value of the contract is £8,550,000, and it will be managed electronically via the Home Office's eSourcing Portal.

This tender presents significant opportunities for companies that specialise in the supply of hardware and software related to radiological detection. Businesses that provide technical support and have the ability to offer warranties and maintenance packages for the equipment will be particularly well-suited to compete. SMEs may find this opportunity beneficial, especially those experienced in working with government contracts in the health and safety equipment sector. Participating in this procurement can enhance visibility and pave the way for future contracts within public sector procurement.

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

Radionuclide Identification Devices (RIDs)

Notice Description

The Authority is undertaking this tender exercise to appoint suitably capable and experienced provider of Radionuclide Identification Devices (RIDs). It utilises the Restricted Procedure. a multi-stage procurement process that is intended to short list qualified bidders, who will in turn be invited to tender for the contract opportunity. The objective of the Selection Stage is to assess the responses to the SQ and select Bidders to proceed to the ITT Stage of this procurement. The evaluation panel shall evaluate the SQ responses using the selection criteria set out below and shall draw up a shortlist of up to 5 bidders who will then be invited to tender. The requirement includes the supply of Hardware includes RID and supporting accessories (e.g. as a minimum docking cradle, batteries and cable etc) and the Supporting Software required to use and integrate the RID (e.g. the onboard software and firmware) into the Authority's IT solution. As part of that hardware support package the following is required as standard throughout the length of the Contract: * Availability of parts and spares throughout the life of the product * 1year warranty * Firmware updates on RID and accompanying onboard software where required * Patches, security updates and releases on RID and accompanying software including those required to maintain compatibility with supported operating systems (e.g. Windows, iOS, Android) * Provision of updates and patches to resolve bugs and reported issues * Notification of security vulnerabilities and known issues * Technical support during business hours (9.00 am- 5.00 PM) throughout the lifetime of the product. Bidders are required to be able to offer warranty cover for remaining contract duration (years 2 to 4 with an option to extend for further 2 one-year periods) and the Authority will decide on a year by year basis whether it wants the option for each following year. The Authority is not seeking to include a full service support arrangement at this time outside of the support requirements listed however, subject to review the Authority may, based on budget availability, look to include additional service support elements as an Optional Service, namely First Line Support and Specialist Support(OEM) to ensure the devices are fully supported through life from years 2 or 3 of the contract provision). Subject to confirmation of Authority funds in financial year 22/23, the Authority will determine which elements of support it may request from the winning supplier in future years, once the initial 1st year warranty period expires. Please note that budget listed in this notice include all options listed: extended warranty, OEM support and First Line Support. The Contract will be for the initial term of 48 months period commencing on from the contract Commencement Date, plus the option for the Authority to extend for a further two 12-month periods (one year each time). Additional information: This procurement is based on the Model Mid-Tier Contract terms customised to suit Authority required governance and procedures.Economic operators should note that due to the sensitive nature of some of the procurement documentation, certain conditions of confidentiality are required to be signed up to by suppliers before being given access to the SQ/ITT documents. Therefore, Expressions of Interest to participate in this procurement should be made by e-mailing ewa.klimek@homeoffice.gov.uk in the first instance.Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The eMail will be processed and then the buyer will enable the supplier to access the procurement online via the eSourcing Portal. The registered user will receive a notification email to alert them once this has been done. Following receipt of an Expression of Interest the Authority will send the Non Disclosure Agreement (NDA) and Ethical Walls Agreement (EWA) to the supplier via eSourcing Portal to complete and upload via the Portal.Once the NDA and EWA have been returned and verified by the Authority, the supplier will be provided with access to the Event on the Jaggaer e-Sourcing Portal.This procurement will be managed electronically via the Home Office's eSourcing Portal (JAGGAER). To participate in this procurement, participants must first be registered on the eSourcing Portal.If you have not yet registered on the eSourcing Portal, this can be done online at https://homeoffice.app.jaggaer.com by following the link 'To register click here'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. For technical assistance on use of the eSourcing Portal please contact the JAGGAER Supplier Helpdesk at customersupport@jaggaer.com or 0800 069 8630 (0800 - 1800hrs).

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-d6646d98-732c-4bf2-b0a8-fb40981ad343
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/a539f4e7-cd0d-4f92-bb29-b065dfee11ef
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Restricted procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

38341000 - Apparatus for measuring radiation

38341200 - Radiation dosimeters

38341500 - Contamination-monitoring devices

38341600 - Radiation monitors

Notice Value(s)

Tender Value
£8,550,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Apr 20214 years ago
Submission Deadline
18 May 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Nov 2021 - 31 Oct 2025 4-5 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
ATAMIS LTD
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-d6646d98-732c-4bf2-b0a8-fb40981ad343-2021-04-16T20:36:03+01:00",
    "date": "2021-04-16T20:36:03+01:00",
    "ocid": "ocds-b5fd17-d6646d98-732c-4bf2-b0a8-fb40981ad343",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CF-0159400D58000000L5A4EAK1",
        "title": "Radionuclide Identification Devices (RIDs)",
        "description": "The Authority is undertaking this tender exercise to appoint suitably capable and experienced provider of Radionuclide Identification Devices (RIDs). It utilises the Restricted Procedure. a multi-stage procurement process that is intended to short list qualified bidders, who will in turn be invited to tender for the contract opportunity. The objective of the Selection Stage is to assess the responses to the SQ and select Bidders to proceed to the ITT Stage of this procurement. The evaluation panel shall evaluate the SQ responses using the selection criteria set out below and shall draw up a shortlist of up to 5 bidders who will then be invited to tender. The requirement includes the supply of Hardware includes RID and supporting accessories (e.g. as a minimum docking cradle, batteries and cable etc) and the Supporting Software required to use and integrate the RID (e.g. the onboard software and firmware) into the Authority's IT solution. As part of that hardware support package the following is required as standard throughout the length of the Contract: * Availability of parts and spares throughout the life of the product * 1year warranty * Firmware updates on RID and accompanying onboard software where required * Patches, security updates and releases on RID and accompanying software including those required to maintain compatibility with supported operating systems (e.g. Windows, iOS, Android) * Provision of updates and patches to resolve bugs and reported issues * Notification of security vulnerabilities and known issues * Technical support during business hours (9.00 am- 5.00 PM) throughout the lifetime of the product. Bidders are required to be able to offer warranty cover for remaining contract duration (years 2 to 4 with an option to extend for further 2 one-year periods) and the Authority will decide on a year by year basis whether it wants the option for each following year. The Authority is not seeking to include a full service support arrangement at this time outside of the support requirements listed however, subject to review the Authority may, based on budget availability, look to include additional service support elements as an Optional Service, namely First Line Support and Specialist Support(OEM) to ensure the devices are fully supported through life from years 2 or 3 of the contract provision). Subject to confirmation of Authority funds in financial year 22/23, the Authority will determine which elements of support it may request from the winning supplier in future years, once the initial 1st year warranty period expires. Please note that budget listed in this notice include all options listed: extended warranty, OEM support and First Line Support. The Contract will be for the initial term of 48 months period commencing on from the contract Commencement Date, plus the option for the Authority to extend for a further two 12-month periods (one year each time). Additional information: This procurement is based on the Model Mid-Tier Contract terms customised to suit Authority required governance and procedures.Economic operators should note that due to the sensitive nature of some of the procurement documentation, certain conditions of confidentiality are required to be signed up to by suppliers before being given access to the SQ/ITT documents. Therefore, Expressions of Interest to participate in this procurement should be made by e-mailing ewa.klimek@homeoffice.gov.uk in the first instance.Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The eMail will be processed and then the buyer will enable the supplier to access the procurement online via the eSourcing Portal. The registered user will receive a notification email to alert them once this has been done. Following receipt of an Expression of Interest the Authority will send the Non Disclosure Agreement (NDA) and Ethical Walls Agreement (EWA) to the supplier via eSourcing Portal to complete and upload via the Portal.Once the NDA and EWA have been returned and verified by the Authority, the supplier will be provided with access to the Event on the Jaggaer e-Sourcing Portal.This procurement will be managed electronically via the Home Office's eSourcing Portal (JAGGAER). To participate in this procurement, participants must first be registered on the eSourcing Portal.If you have not yet registered on the eSourcing Portal, this can be done online at https://homeoffice.app.jaggaer.com by following the link 'To register click here'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. For technical assistance on use of the eSourcing Portal please contact the JAGGAER Supplier Helpdesk at customersupport@jaggaer.com or 0800 069 8630 (0800 - 1800hrs).",
        "datePublished": "2021-04-16T20:36:03+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "38341000",
            "description": "Apparatus for measuring radiation"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "38341200",
                "description": "Radiation dosimeters"
            },
            {
                "scheme": "CPV",
                "id": "38341500",
                "description": "Contamination-monitoring devices"
            },
            {
                "scheme": "CPV",
                "id": "38341600",
                "description": "Radiation monitors"
            }
        ],
        "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"
                    }
                ]
            }
        ],
        "value": {
            "amount": 8550000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2021-05-19T00:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2021-11-01T00:00:00Z",
            "endDate": "2025-10-31T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "goods",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/a539f4e7-cd0d-4f92-bb29-b065dfee11ef",
                "datePublished": "2021-04-16T20:36:03+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "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": "Ewa Klimek",
                "email": "ewa.klimek@homeoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/hu9j9Du9",
        "name": "ATAMIS LTD"
    }
}