Planning

Radiological and Nuclear Detection Capabilities

ATAMIS LTD

This public procurement record has 3 releases in its history.

Planning

07 Dec 2021 at 12:13

Planning

07 Dec 2021 at 12:11

Planning

07 Dec 2021 at 11:17

Summary of the contracting process

The Home Office is currently in the planning stage of a public procurement process titled "Radiological and Nuclear Detection Capabilities". This initiative aims to enhance security screening capabilities within the UK outside of border areas. Interested suppliers are encouraged to engage with the Home Office by providing insights and showcasing their solutions before the closing date of 7 January 2022 at 17:00. The early market engagement sessions are expected to commence from the week beginning 24 January 2022. The procurement is categorised under civil defence services, with significant relevance to businesses specialising in radiation detection and security technology.

This tender presents a valuable opportunity for growth for companies involved in innovative security solutions, particularly those offering advanced radiation detection technologies. Suitable participants include suppliers of gamma and neutron detection systems, security devices, and apparatus for measuring radiation. Additionally, businesses with capabilities for providing cloud-based technology and project management services may find this engagement beneficial. By collaborating with the Home Office, participants can potentially shape future procurement exercises and expand their market presence within the security sector.

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 and Nuclear Detection Capabilities

Notice Description

The Home Office intends to commence early market engagement, seeking insight from potential suppliers on Radiological & Nuclear (RN) Detection security screening within the UK (i.e. separate from any screening which takes place at the UK border). Please note that this is not a call for competition, neither is it a procurement exercise, but an opportunity for the Home Office to better understand the supply market and for suppliers to showcase their ideas and products. This will inform a procurement exercise which we expect to undertake in 2022. In particular, the Home Office is interested in understanding the latest capabilities and technologies in the following RN detection, identification, and measurement equipment: 1. Person worn detectors for gamma detection; 2. Fixed / static detectors which can be deployed at short notice and re-located easily as needed to monitor pedestrians and/or vehicles for gamma and neutron radiation; 3. Vehicle detection systems / detection systems which can be carried within vehicles, to detect gamma and neutron radiation; 4. Person and hand baggage monitoring equipment for alpha and/or beta radiation; and 5. Any other RN detection and measurement equipment not covered by those four categories which could be deployed as part of an in-country RN detection capability. The detection equipment must be able to differentiate between different radiation types, conduct isotopic identification including Special Nuclear Materials, and offer NORM suppression where relevant. The equipment must also have appropriate supporting / enabling technology. This includes Graphical User Interfaces and the equipment must be network capable such that alerts and relevant associated data can be viewed remotely. We are also interested in what kind of cloud-based networking interface you offer (if any) to support the operation and use of the detectors and any relevant supporting technology. Engagement and insight may also be requested around equipment, consumables and spares, delivery of equipment, fixing of equipment into vehicles, maintenance (including break fix), management, including project management support for the capability as needed, calibration, system health monitoring, training and on vehicles. We will also explore commercial and procurement related questions as part of the engagement. We are provisionally intending to hold individual 1-1 supplier engagement sessions commencing at the end of January to early February. It is currently expected that the sessions will start from week commencing Monday 24th January. A full briefing for the sessions will be sent to suppliers in advance following the closure of the expression of interest and completion of a Non-Disclosure Agreement (NDA). Closing date: Friday 7 January 2022, 17.00pm. Additional information: This project will be managed electronically via the Home Office's eSourcing Portal (Jaggaer). To participate in this market engagement, 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.Once you have registered on the eSourcing Portal, you can formally register your interest by emailing HomelandSecurityRNProcurement@homeoffice.gov.uk 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).The closing date for the expression of interest is Friday 7 January 2022, 17.00pm.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-e47ad7dd-a657-4366-9b88-4517173aaf88
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/7934a67c-6960-4e25-8a71-35367c1da2e8
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
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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

75 - Administration, defence and social security services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

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

35120000 - Surveillance and security systems and devices

35121000 - Security equipment

38341000 - Apparatus for measuring radiation

38430000 - Detection and analysis apparatus

38580000 - Non-medical equipment based on the use of radiations

38581000 - Baggage-scanning equipment

38940000 - Nuclear evaluation instruments

48210000 - Networking software package

50100000 - Repair, maintenance and associated services of vehicles and related equipment

50600000 - Repair and maintenance services of security and defence materials

51100000 - Installation services of electrical and mechanical equipment

72212211 - Platform interconnectivity software development services

73421000 - Development of security equipment

75222000 - Civil defence services

90721600 - Radiation protection services

Notice Value(s)

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

Notice Dates

Publication Date
7 Dec 20214 years ago
Submission Deadline
Not specified
Future Notice Date
7 Jan 2022Expired
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
homelandsecurityrnprocurement@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
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-e47ad7dd-a657-4366-9b88-4517173aaf88-2021-12-07T12:13:51Z",
    "date": "2021-12-07T12:13:51Z",
    "ocid": "ocds-b5fd17-e47ad7dd-a657-4366-9b88-4517173aaf88",
    "language": "en",
    "initiationType": "tender",
    "title": "Radiological and Nuclear Detection Capabilities",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2022-01-07T23:59:59Z"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/1965997c-d444-4ac1-83e6-c38a6b54091f",
                "datePublished": "2021-12-07T11:17:57Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/7ca4ba82-5862-4cb7-9bea-43228c920ef9",
                "datePublished": "2021-12-07T11:17:57Z",
                "dateModified": "2021-12-07T12:11:24Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "3",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/7934a67c-6960-4e25-8a71-35367c1da2e8",
                "datePublished": "2021-12-07T11:17:57Z",
                "dateModified": "2021-12-07T12:13:51Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "CF-0205000D58000000L5A4EAK3",
        "title": "Radiological and Nuclear Detection Capabilities",
        "description": "The Home Office intends to commence early market engagement, seeking insight from potential suppliers on Radiological & Nuclear (RN) Detection security screening within the UK (i.e. separate from any screening which takes place at the UK border). Please note that this is not a call for competition, neither is it a procurement exercise, but an opportunity for the Home Office to better understand the supply market and for suppliers to showcase their ideas and products. This will inform a procurement exercise which we expect to undertake in 2022. In particular, the Home Office is interested in understanding the latest capabilities and technologies in the following RN detection, identification, and measurement equipment: 1. Person worn detectors for gamma detection; 2. Fixed / static detectors which can be deployed at short notice and re-located easily as needed to monitor pedestrians and/or vehicles for gamma and neutron radiation; 3. Vehicle detection systems / detection systems which can be carried within vehicles, to detect gamma and neutron radiation; 4. Person and hand baggage monitoring equipment for alpha and/or beta radiation; and 5. Any other RN detection and measurement equipment not covered by those four categories which could be deployed as part of an in-country RN detection capability. The detection equipment must be able to differentiate between different radiation types, conduct isotopic identification including Special Nuclear Materials, and offer NORM suppression where relevant. The equipment must also have appropriate supporting / enabling technology. This includes Graphical User Interfaces and the equipment must be network capable such that alerts and relevant associated data can be viewed remotely. We are also interested in what kind of cloud-based networking interface you offer (if any) to support the operation and use of the detectors and any relevant supporting technology. Engagement and insight may also be requested around equipment, consumables and spares, delivery of equipment, fixing of equipment into vehicles, maintenance (including break fix), management, including project management support for the capability as needed, calibration, system health monitoring, training and on vehicles. We will also explore commercial and procurement related questions as part of the engagement. We are provisionally intending to hold individual 1-1 supplier engagement sessions commencing at the end of January to early February. It is currently expected that the sessions will start from week commencing Monday 24th January. A full briefing for the sessions will be sent to suppliers in advance following the closure of the expression of interest and completion of a Non-Disclosure Agreement (NDA). Closing date: Friday 7 January 2022, 17.00pm. Additional information: This project will be managed electronically via the Home Office's eSourcing Portal (Jaggaer). To participate in this market engagement, 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.Once you have registered on the eSourcing Portal, you can formally register your interest by emailing HomelandSecurityRNProcurement@homeoffice.gov.uk 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).The closing date for the expression of interest is Friday 7 January 2022, 17.00pm.",
        "status": "planning",
        "classification": {
            "scheme": "CPV",
            "id": "75222000",
            "description": "Civil defence services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "90721600",
                "description": "Radiation protection services"
            },
            {
                "scheme": "CPV",
                "id": "35120000",
                "description": "Surveillance and security systems and devices"
            },
            {
                "scheme": "CPV",
                "id": "50600000",
                "description": "Repair and maintenance services of security and defence materials"
            },
            {
                "scheme": "CPV",
                "id": "38341000",
                "description": "Apparatus for measuring radiation"
            },
            {
                "scheme": "CPV",
                "id": "35120000",
                "description": "Surveillance and security systems and devices"
            },
            {
                "scheme": "CPV",
                "id": "38580000",
                "description": "Non-medical equipment based on the use of radiations"
            },
            {
                "scheme": "CPV",
                "id": "35000000",
                "description": "Security, fire-fighting, police and defence equipment"
            },
            {
                "scheme": "CPV",
                "id": "38581000",
                "description": "Baggage-scanning equipment"
            },
            {
                "scheme": "CPV",
                "id": "38940000",
                "description": "Nuclear evaluation instruments"
            },
            {
                "scheme": "CPV",
                "id": "35121000",
                "description": "Security equipment"
            },
            {
                "scheme": "CPV",
                "id": "38430000",
                "description": "Detection and analysis apparatus"
            },
            {
                "scheme": "CPV",
                "id": "51100000",
                "description": "Installation services of electrical and mechanical equipment"
            },
            {
                "scheme": "CPV",
                "id": "48210000",
                "description": "Networking software package"
            },
            {
                "scheme": "CPV",
                "id": "50100000",
                "description": "Repair, maintenance and associated services of vehicles and related equipment"
            },
            {
                "scheme": "CPV",
                "id": "72212211",
                "description": "Platform interconnectivity software development services"
            },
            {
                "scheme": "CPV",
                "id": "73421000",
                "description": "Development of security equipment"
            }
        ],
        "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"
                    },
                    {
                        "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/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": "HomelandSecurityRNProcurement@homeoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/hu9j9Du9",
        "name": "ATAMIS LTD"
    }
}