Planning

Supply of Key Compromise Protection Systems (RFID)

MINISTRY OF JUSTICE.

This public procurement record has 1 release in its history.

Planning

05 Sep 2019 at 09:05

Summary of the contracting process

The Ministry of Justice is currently in the planning stage for the procurement of Key Compromise Protection Systems (RFID) to enhance security in public sector prisons across England and Wales. The tender aims to source solutions that operate with gate sensors and are critical for preventing security breaches due to misplaced or lost keys. Potential suppliers are required to submit their expressions of interest by 27th September 2019, and they must be Original Equipment Manufacturers (OEMs) capable of handling both active and passive RFID technology.

This tender presents a valuable opportunity for businesses specialised in security equipment, particularly those offering RFID solutions and related technologies. Companies that can demonstrate the ability to supply, install, and maintain comprehensive key tagging systems would be best positioned to compete. With the Ministry of Justice seeking innovative and reliable security measures, providers with expertise in cutting-edge technology and a proven track record in the sector can significantly benefit from this contract opportunity.

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

Supply of Key Compromise Protection Systems (RFID)

Notice Description

The Ministry of Justice is seeking expressions of interest from suppliers for the provision of Key Compromise Protection Systems (RFID) to public sector prisons in England and Wales. The purpose of this notice is to inform the market of a prospective contract opportunity in connection with the supply of Key Compromise Protection Systems. Key Compromise Protection Systems are key tagging solutions that operate with gate sensors to sound an alarm when a key passes through for both pedestrian and vehicle users. Key tagging is typically used as a last line of defence. This system is essential to the prison service as misplacement or loss of keys can cause security compromises as well as the large cost of replacement keys and locks. Suppliers must be Original Equipment Manufacturers (OEM's) capable of supplying, installing and maintaining Key Compromise Protection Systems using both 'active' and/or 'passive' RFID technology. The next stage of the process is to request information that may be relevant to the MOJ's requirements and procurement strategy. Depending on the levels of interest this may be conducted by either supplier meetings and/or an engagement event or a prequalification questionnaire. In the first instance suppliers should respond to this PIN to register their interest in the opportunity by sending an email to Alan Kirkbride - alan.kirkbride@justice.gov.uk. The form of response should be limited to the provision of a single point of contact (company name, contact name, job title, email address and telephone number). Responses should be received by 27th September 2019.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-2612bdd1-3452-4938-8992-64b47895f210
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/8f09d4ba-03ff-43e3-b2d6-ae9e3268d5d2
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


CPV Codes

35121000 - Security equipment

Notice Value(s)

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

Notice Dates

Publication Date
5 Sep 20196 years ago
Submission Deadline
Not specified
Future Notice Date
27 Sep 2019Expired
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
MINISTRY OF JUSTICE.
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LEEDS
Postcode
LS1 4AP
Post Town
Leeds
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE42 Leeds
Delivery Location
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLI London, TLJ South East (England), TLK South West (England), TLL Wales

Local Authority
Leeds
Electoral Ward
Hunslet & Riverside
Westminster Constituency
Leeds South

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-b5fd17-2612bdd1-3452-4938-8992-64b47895f210-2019-09-05T10:05:27+01:00",
    "date": "2019-09-05T10:05:27+01:00",
    "ocid": "ocds-b5fd17-2612bdd1-3452-4938-8992-64b47895f210",
    "language": "en",
    "initiationType": "tender",
    "title": "Supply of Key Compromise Protection Systems (RFID)",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2019-09-27T23:59:59+01:00"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/8f09d4ba-03ff-43e3-b2d6-ae9e3268d5d2",
                "datePublished": "2019-09-05T10:05:27+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "tender_173333/790454",
        "title": "Supply of Key Compromise Protection Systems (RFID)",
        "description": "The Ministry of Justice is seeking expressions of interest from suppliers for the provision of Key Compromise Protection Systems (RFID) to public sector prisons in England and Wales. The purpose of this notice is to inform the market of a prospective contract opportunity in connection with the supply of Key Compromise Protection Systems. Key Compromise Protection Systems are key tagging solutions that operate with gate sensors to sound an alarm when a key passes through for both pedestrian and vehicle users. Key tagging is typically used as a last line of defence. This system is essential to the prison service as misplacement or loss of keys can cause security compromises as well as the large cost of replacement keys and locks. Suppliers must be Original Equipment Manufacturers (OEM's) capable of supplying, installing and maintaining Key Compromise Protection Systems using both 'active' and/or 'passive' RFID technology. The next stage of the process is to request information that may be relevant to the MOJ's requirements and procurement strategy. Depending on the levels of interest this may be conducted by either supplier meetings and/or an engagement event or a prequalification questionnaire. In the first instance suppliers should respond to this PIN to register their interest in the opportunity by sending an email to Alan Kirkbride - alan.kirkbride@justice.gov.uk. The form of response should be limited to the provision of a single point of contact (company name, contact name, job title, email address and telephone number). Responses should be received by 27th September 2019.",
        "status": "planning",
        "classification": {
            "scheme": "CPV",
            "id": "35121000",
            "description": "Security equipment"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "North East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Wales",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "suitability": {
            "sme": true,
            "vcse": false
        }
    },
    "parties": [
        {
            "id": "GB-CFS-125178",
            "name": "Ministry of Justice.",
            "identifier": {
                "legalName": "Ministry of Justice."
            },
            "address": {
                "streetAddress": "1st Floor, 5 Wellington Place",
                "locality": "Leeds",
                "postalCode": "LS1 4AP",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Alan Kirkbride",
                "email": "alan.kirkbride@justice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-125178",
        "name": "Ministry of Justice."
    }
}