Notice Information
Notice Title
Radiological Nuclear Detection Framework
Notice Description
The Radiological Nuclear Detection Framework has been established to enable the procurement of Radiological Nuclear (RN) Detection equipment and supporting service arrangements for the Home Office. This Framework Agreement intends to support Home Office strategic aims and to deliver enhancements to the end-to-end system for domestic Nuclear Security. Duration: 4 Years Start Date: 19/08/2024 End Date: 18/08/2028
Lot Information
Backpack
The following services are in scope as part of the Framework Agreement: - Provide, service and maintain backpack detection equipment. - Configuration and integration of detection equipment in particular locations, spaces or vs, including but not limited to conversions and concealment of detectors and DDAT integration requirements and delivery; - Supporting digital capabilities including the provision of replay software (a virtual copy of the decision-making element of the detection system that can ingest previous captured and modelled data), software support, upgrades and service management tied to digital delivery; - Supporting the integration with centralised databases and networking capabilities as specified by the Authority; - Providing disposal or recycling or upcycling of detection equipment as required by the Authority. Additional information: Value of Lot 1 - PS21,000,000
HandheldThe following services are in scope as part of the Framework Agreement: - Provide, service and maintain handheld detection equipment. - Configuration and integration of detection equipment in particular locations, spaces or vs, including but not limited to conversions and concealment of detectors and DDAT integration requirements and delivery; - Supporting digital capabilities including the provision of replay software (a virtual copy of the decision-making element of the detection system that can ingest previous captured and modelled data), software support, upgrades and service management tied to digital delivery; - Supporting the integration with centralised databases and networking capabilities as specified by the Authority; - Providing disposal or recycling or upcycling of detection equipment as required by the Authority. Additional information: Value of Lot 2 - PS21,000,000
Body-WornThe following services are in scope as part of the Framework Agreement: - Provide, service and maintain body-worn detection equipment. - Configuration and integration of detection equipment in particular locations, spaces or vs, including but not limited to conversions and concealment of detectors and DDAT integration requirements and delivery; - Supporting digital capabilities including the provision of replay software (a virtual copy of the decision-making element of the detection system that can ingest previous captured and modelled data), software support, upgrades and service management tied to digital delivery; - Supporting the integration with centralised databases and networking capabilities as specified by the Authority; - Providing disposal or recycling or upcycling of detection equipment as required by the Authority. Additional information: Value of Lot 3 - PS21,000,000
StaticThe following services are in scope as part of the Framework Agreement: - Provide, service and maintain static detection equipment. - Configuration and integration of detection equipment in particular locations, spaces or vs, including but not limited to conversions and concealment of detectors and DDAT integration requirements and delivery; - Supporting digital capabilities including the provision of replay software (a virtual copy of the decision-making element of the detection system that can ingest previous captured and modelled data), software support, upgrades and service management tied to digital delivery; - Supporting the integration with centralised databases and networking capabilities as specified by the Authority; - Providing disposal or recycling or upcycling of detection equipment as required by the Authority. Additional information: Value of Lot 4 - PS42,000,000
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-042929
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/029538-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
35113200 - Nuclear, biological, chemical and radiological protection equipment
Notice Value(s)
- Tender Value
- £105,000,000 £100M-£1B
- Lots Value
- £105,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £63,000,000 £10M-£100M
Notice Dates
- Publication Date
- 16 Sep 20241 years ago
- Submission Deadline
- 31 Jan 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 18 Aug 20241 years ago
- Contract Period
- 31 May 2024 - 31 May 2028 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HOME OFFICE
- Contact Name
- Peter Davies
- Contact Email
- homelandsecurityrnprocurement@homeoffice.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- N/A
- Post Town
- Not specified
- Country
- Not specified
-
- Major Region (ITL 1)
- Not specified
- Basic Region (ITL 2)
- Not specified
- Small Region (ITL 3)
- Not specified
- Delivery Location
- Not specified
-
- Local Authority
- Not specified
- Electoral Ward
- Not specified
- Westminster Constituency
- Not specified
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-042929-2024-09-16T12:38:38+01:00",
"date": "2024-09-16T12:38:38+01:00",
"ocid": "ocds-h6vhtk-042929",
"description": "How to Register interest: Please note, only bidders who have returned a completed NDA and are registered on the Jaggaer portal will be invited to tender. 1. Email homelandsecurityrnprocurement@homeoffice.gov.uk to request a blank Non-Disclosure Agreement (NDA) document for use in this tender. 2. Complete the NDA and return to homelandsecurityrnprocurement@homeoffice.gov.uk 3. Within 24 hours of the Authority receiving the signed NDA access will be provided to the tender documentation. 4. The tender exercise will be run using the Home Office tenders portal. In order for you to respond to it, you will need to be registered: https://homeoffice.app.jaggaer.com/web/login.html (click the \"to register click here\" text). Should you have any problems with registration, please refer to the eSourcing Helpdesk instructions also detailed on portal home page Home Office eSourcing Portal",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-042929",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Radiological Nuclear Detection Framework",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "35113200",
"description": "Nuclear, biological, chemical and radiological protection equipment"
},
"mainProcurementCategory": "goods",
"description": "The Radiological Nuclear Detection Framework has been established to enable the procurement of Radiological Nuclear (RN) Detection equipment and supporting service arrangements for the Home Office. This Framework Agreement intends to support Home Office strategic aims and to deliver enhancements to the end-to-end system for domestic Nuclear Security. Duration: 4 Years Start Date: 19/08/2024 End Date: 18/08/2028",
"value": {
"amount": 105000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 4
},
"lots": [
{
"id": "1",
"title": "Backpack",
"description": "The following services are in scope as part of the Framework Agreement: - Provide, service and maintain backpack detection equipment. - Configuration and integration of detection equipment in particular locations, spaces or vs, including but not limited to conversions and concealment of detectors and DDAT integration requirements and delivery; - Supporting digital capabilities including the provision of replay software (a virtual copy of the decision-making element of the detection system that can ingest previous captured and modelled data), software support, upgrades and service management tied to digital delivery; - Supporting the integration with centralised databases and networking capabilities as specified by the Authority; - Providing disposal or recycling or upcycling of detection equipment as required by the Authority. Additional information: Value of Lot 1 - PS21,000,000",
"value": {
"amount": 21000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2024-06-01T00:00:00+01:00",
"endDate": "2028-05-31T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical Requirements",
"type": "quality",
"description": "20"
},
{
"name": "Integration",
"type": "quality",
"description": "5"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "AWE Technical",
"type": "quality",
"description": "45"
},
{
"name": "Commercial",
"type": "cost",
"description": "20"
}
]
}
},
{
"id": "2",
"title": "Handheld",
"description": "The following services are in scope as part of the Framework Agreement: - Provide, service and maintain handheld detection equipment. - Configuration and integration of detection equipment in particular locations, spaces or vs, including but not limited to conversions and concealment of detectors and DDAT integration requirements and delivery; - Supporting digital capabilities including the provision of replay software (a virtual copy of the decision-making element of the detection system that can ingest previous captured and modelled data), software support, upgrades and service management tied to digital delivery; - Supporting the integration with centralised databases and networking capabilities as specified by the Authority; - Providing disposal or recycling or upcycling of detection equipment as required by the Authority. Additional information: Value of Lot 2 - PS21,000,000",
"value": {
"amount": 21000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2024-06-01T00:00:00+01:00",
"endDate": "2028-05-31T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical Requirements",
"type": "quality",
"description": "20"
},
{
"name": "Integration",
"type": "quality",
"description": "5"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "AWE Technical",
"type": "quality",
"description": "45"
},
{
"name": "Commercial",
"type": "cost",
"description": "20"
}
]
}
},
{
"id": "3",
"title": "Body-Worn",
"description": "The following services are in scope as part of the Framework Agreement: - Provide, service and maintain body-worn detection equipment. - Configuration and integration of detection equipment in particular locations, spaces or vs, including but not limited to conversions and concealment of detectors and DDAT integration requirements and delivery; - Supporting digital capabilities including the provision of replay software (a virtual copy of the decision-making element of the detection system that can ingest previous captured and modelled data), software support, upgrades and service management tied to digital delivery; - Supporting the integration with centralised databases and networking capabilities as specified by the Authority; - Providing disposal or recycling or upcycling of detection equipment as required by the Authority. Additional information: Value of Lot 3 - PS21,000,000",
"value": {
"amount": 21000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2024-06-01T00:00:00+01:00",
"endDate": "2028-05-31T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical Requirements",
"type": "quality",
"description": "20"
},
{
"name": "Integration",
"type": "quality",
"description": "5"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "AWE Technical",
"type": "quality",
"description": "45"
},
{
"name": "Commercial",
"type": "cost",
"description": "20"
}
]
}
},
{
"id": "4",
"title": "Static",
"description": "The following services are in scope as part of the Framework Agreement: - Provide, service and maintain static detection equipment. - Configuration and integration of detection equipment in particular locations, spaces or vs, including but not limited to conversions and concealment of detectors and DDAT integration requirements and delivery; - Supporting digital capabilities including the provision of replay software (a virtual copy of the decision-making element of the detection system that can ingest previous captured and modelled data), software support, upgrades and service management tied to digital delivery; - Supporting the integration with centralised databases and networking capabilities as specified by the Authority; - Providing disposal or recycling or upcycling of detection equipment as required by the Authority. Additional information: Value of Lot 4 - PS42,000,000",
"value": {
"amount": 42000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2024-06-01T00:00:00+01:00",
"endDate": "2028-05-31T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical Requirements",
"type": "quality",
"description": "20"
},
{
"name": "Integration",
"type": "quality",
"description": "5"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "AWE Technical",
"type": "quality",
"description": "45"
},
{
"name": "Commercial",
"type": "cost",
"description": "20"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35113200",
"description": "Nuclear, biological, chemical and radiological protection equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35113200",
"description": "Nuclear, biological, chemical and radiological protection equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35113200",
"description": "Nuclear, biological, chemical and radiological protection equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35113200",
"description": "Nuclear, biological, chemical and radiological protection equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "4"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://homeoffice.app.jaggaer.com/web/login.html",
"communication": {
"atypicalToolUrl": "https://homeoffice.app.jaggaer.com/web/login.html"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "How to Register interest: Please note, only bidders who have returned a completed NDA and are registered on the Authority's eSourcing Jaggaer portal will be invited to tender. 1. Email homelandsecurityrnprocurement@homeoffice.gov.uk to request a blank Non-Disclosure Agreement (NDA) document for use in this tender. 2. Complete the NDA and return to homelandsecurityrnprocurement@homeoffice.gov.uk 3. Within 24 hours of the Authority receiving the signed NDA access will be provided to the tender documentation. 4. The tender exercise will be run using the Home Office tenders portal. In order for you to respond to it, you will need to be registered: https://homeoffice.app.jaggaer.com/web/login.html (click the \"to register click here\" text). Should you have any problems with registration, please refer to the eSourcing Helpdesk instructions also detailed on portal home page Home Office eSourcing Portal",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "As stated in the procurement documents",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2024-01-31T10:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2025-01-31T23:59:59Z"
}
},
"awardPeriod": {
"startDate": "2024-01-31T10:00:00Z"
},
"bidOpening": {
"date": "2024-01-31T10:00:00Z"
},
"hasRecurrence": false,
"coveredBy": [
"GPA"
],
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "105000000"
},
"newValue": {
"text": "Radiological Nuclear Detection Framework"
},
"where": {
"section": "Section II: Object",
"label": "II.1.1) Title"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-1619",
"name": "Home Office",
"identifier": {
"legalName": "Home Office"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Peter Davies",
"email": "HomelandSecurityRNprocurement@homeoffice.gov.uk",
"url": "https://homeoffice.app.jaggaer.com/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/home-office",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "03",
"description": "Public order and safety"
}
]
}
},
{
"id": "GB-FTS-932",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-124304",
"name": "AMETEK (GB) Limited",
"identifier": {
"legalName": "AMETEK (GB) Limited"
},
"address": {
"locality": "Leicester",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-39645",
"name": "Air Sentry Limited",
"identifier": {
"legalName": "Air Sentry Limited"
},
"address": {
"locality": "Swindon",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-124305",
"name": "Bertin Exensor Limited",
"identifier": {
"legalName": "Bertin Exensor Limited"
},
"address": {
"locality": "Basingstoke",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-113875",
"name": "Rapiscan Systems Limited",
"identifier": {
"legalName": "Rapiscan Systems Limited"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-124306",
"name": "Southern Scientific Limited",
"identifier": {
"legalName": "Southern Scientific Limited"
},
"address": {
"locality": "Henfield",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-124307",
"name": "Symetrica Security Limited",
"identifier": {
"legalName": "Symetrica Security Limited"
},
"address": {
"locality": "Southampton",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-124308",
"name": "Kromek Limited",
"identifier": {
"legalName": "Kromek Limited"
},
"address": {
"locality": "Sedgefield",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-124309",
"name": "Level Peaks Associates Limited",
"identifier": {
"legalName": "Level Peaks Associates Limited"
},
"address": {
"locality": "Hereford",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-1619",
"name": "Home Office"
},
"language": "en",
"awards": [
{
"id": "029534-2024-15901, 15903, 15905, 15906, 15097-1",
"relatedLots": [
"1"
],
"title": "Lot 1 - Backpack",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-124304",
"name": "AMETEK (GB) Limited"
},
{
"id": "GB-FTS-124305",
"name": "Bertin Exensor Limited"
},
{
"id": "GB-FTS-113875",
"name": "Rapiscan Systems Limited"
},
{
"id": "GB-FTS-124306",
"name": "Southern Scientific Limited"
},
{
"id": "GB-FTS-124307",
"name": "Symetrica Security Limited"
}
]
},
{
"id": "029534-2024-15093, 15904, 15905, 15906, 15907-2",
"relatedLots": [
"2"
],
"title": "Lot 2 - Handheld",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-124304",
"name": "AMETEK (GB) Limited"
},
{
"id": "GB-FTS-124308",
"name": "Kromek Limited"
},
{
"id": "GB-FTS-113875",
"name": "Rapiscan Systems Limited"
},
{
"id": "GB-FTS-124306",
"name": "Southern Scientific Limited"
},
{
"id": "GB-FTS-124307",
"name": "Symetrica Security Limited"
}
]
},
{
"id": "029534-2024-15090, 15093, 15094-3",
"relatedLots": [
"3"
],
"title": "Lot 3 - Body-Worn",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-39645",
"name": "Air Sentry Limited"
},
{
"id": "GB-FTS-124304",
"name": "AMETEK (GB) Limited"
},
{
"id": "GB-FTS-124308",
"name": "Kromek Limited"
}
]
},
{
"id": "029534-2024-15092, 15093, 15094, 15096, 15097-4",
"relatedLots": [
"4"
],
"title": "Lot 4 - Static",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-124304",
"name": "AMETEK (GB) Limited"
},
{
"id": "GB-FTS-124308",
"name": "Kromek Limited"
},
{
"id": "GB-FTS-124309",
"name": "Level Peaks Associates Limited"
},
{
"id": "GB-FTS-124306",
"name": "Southern Scientific Limited"
},
{
"id": "GB-FTS-124307",
"name": "Symetrica Security Limited"
}
]
}
],
"contracts": [
{
"id": "029534-2024-15901, 15903, 15905, 15906, 15097-1",
"awardID": "029534-2024-15901, 15903, 15905, 15906, 15097-1",
"title": "Lot 1 - Backpack",
"status": "active",
"value": {
"amount": 21000000,
"currency": "GBP"
},
"dateSigned": "2024-08-19T00:00:00+01:00"
},
{
"id": "029534-2024-15093, 15904, 15905, 15906, 15907-2",
"awardID": "029534-2024-15093, 15904, 15905, 15906, 15907-2",
"title": "Lot 2 - Handheld",
"status": "active",
"value": {
"amount": 21000000,
"currency": "GBP"
},
"dateSigned": "2024-08-19T00:00:00+01:00"
},
{
"id": "029534-2024-15090, 15093, 15094-3",
"awardID": "029534-2024-15090, 15093, 15094-3",
"title": "Lot 3 - Body-Worn",
"status": "active",
"value": {
"amount": 21000000,
"currency": "GBP"
},
"dateSigned": "2024-08-19T00:00:00+01:00"
},
{
"id": "029534-2024-15092, 15093, 15094, 15096, 15097-4",
"awardID": "029534-2024-15092, 15093, 15094, 15096, 15097-4",
"title": "Lot 4 - Static",
"status": "active",
"value": {
"amount": 42000000,
"currency": "GBP"
},
"dateSigned": "2024-08-19T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 6
},
{
"id": "2",
"measure": "bids",
"relatedLot": "2",
"value": 6
},
{
"id": "3",
"measure": "bids",
"relatedLot": "3",
"value": 3
},
{
"id": "4",
"measure": "bids",
"relatedLot": "4",
"value": 6
}
]
}
}