Notice Information
Notice Title
Metal Detection: Combined ferro and non-ferromagnetic archway
Notice Description
Supply of Metal Detection: Combined ferro and non-ferromagnetic archway for the period of 4 years with additional maintenance provision for 10 Years past the last purchase period. Additional information: The Ministry of Justice (MoJ) is exploring the capability and capacity of the Original Equipment Manufacturer (OEM) market for the supply of a dual sensor ferro and non-ferro magnetic metal detection archways. The MoJ are taking this approach in order to support our estate for the duration of the Agreement and estimated asset life of the equipment. The requirement for an archway which can detect both ferro and non-ferro magnetic metals is important due to the type of contraband that target individuals attempt to smuggle into the prison estate. We require this capability because: - Counter-measures must be capable of mitigating multiple threat types which include both a range of metallic threat types as well as mobile phones which contain ferro-magnetic metals. Our requirements are designed to provide flexibility in being able to manage discrimination levels independently. - Our requirements are designed to support our staff in performing their duties, include through multi-zone visual alerts and audio alerts. - Our strategy is to deploy equipment which maximises our full capacity by minimising the number of solutions deployed at targeted gates - There is considerable variation in prison design including our gates and in a number of cases we have space restrictions in the design of our gates. A combined solution offers us the opportunity to make the best use of space at our gates and minimise, wherever possible, costly building works and reduce power consumption. - Our requirements and approach supports the development of updated and new HMPPS Custodial technical and procedural standards MoJ would require related services including: general and project support, delivery, installation, planned and reactive maintenance regime (which conform to MoJ requirements and include transparency of lead times and pricing). Business demands and funding means that should there be evidenced market capability that acquisition can be completed, delivered to the UK and ready for installation of a bulk purchase of the equipment no later than the end of June 2020. MoJ invites expressions of interest (EOI) to the email address in this notice by 12:00 Noon on Monday 3rd February 2020. On receiving an EOI MoJ will issue a Confidentiality Agreement for electronic return before issuing a draft specification and short questionnaire which will require Suppliers to provide, at minimum: 1. Supplier company and contact details including confirmation and/or evidence of OEM status (note: we do not accept producers who, in general, do not control the means of manufacture or own the IPR to the product. MoJ's strategy of engagement with OEMs allows improved control of the supply chain and reduces risk in asset management); and 2. Technical data and evidence for a product which meets the outline requirement of this notice or the draft specification MoJ will issue Nothing within the notice commits the MoJ to conduct a tender exercise or enter into an Agreement.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-615497e8-3a89-4459-a1ed-de83dbaf4002
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/b32f5054-f989-4e15-86d8-7f45275db178
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open 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
38582000 - X-ray inspection equipment
Notice Value(s)
- Tender Value
- £3,300,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 23 Jan 20206 years ago
- Submission Deadline
- 3 Feb 2020Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 30 Jul 2020 - 30 Jul 2034 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
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
- TLL Wales, TLM Scotland, TLN Northern Ireland
-
- Local Authority
- Leeds
- Electoral Ward
- Hunslet & Riverside
- Westminster Constituency
- Leeds South
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/b32f5054-f989-4e15-86d8-7f45275db178
23rd January 2020 - Opportunity notice on Contracts Finder -
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-b5fd17-615497e8-3a89-4459-a1ed-de83dbaf4002-2020-01-23T16:38:53Z",
"date": "2020-01-23T16:38:53Z",
"ocid": "ocds-b5fd17-615497e8-3a89-4459-a1ed-de83dbaf4002",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_199479/830789",
"title": "Metal Detection: Combined ferro and non-ferromagnetic archway",
"description": "Supply of Metal Detection: Combined ferro and non-ferromagnetic archway for the period of 4 years with additional maintenance provision for 10 Years past the last purchase period. Additional information: The Ministry of Justice (MoJ) is exploring the capability and capacity of the Original Equipment Manufacturer (OEM) market for the supply of a dual sensor ferro and non-ferro magnetic metal detection archways. The MoJ are taking this approach in order to support our estate for the duration of the Agreement and estimated asset life of the equipment. The requirement for an archway which can detect both ferro and non-ferro magnetic metals is important due to the type of contraband that target individuals attempt to smuggle into the prison estate. We require this capability because: - Counter-measures must be capable of mitigating multiple threat types which include both a range of metallic threat types as well as mobile phones which contain ferro-magnetic metals. Our requirements are designed to provide flexibility in being able to manage discrimination levels independently. - Our requirements are designed to support our staff in performing their duties, include through multi-zone visual alerts and audio alerts. - Our strategy is to deploy equipment which maximises our full capacity by minimising the number of solutions deployed at targeted gates - There is considerable variation in prison design including our gates and in a number of cases we have space restrictions in the design of our gates. A combined solution offers us the opportunity to make the best use of space at our gates and minimise, wherever possible, costly building works and reduce power consumption. - Our requirements and approach supports the development of updated and new HMPPS Custodial technical and procedural standards MoJ would require related services including: general and project support, delivery, installation, planned and reactive maintenance regime (which conform to MoJ requirements and include transparency of lead times and pricing). Business demands and funding means that should there be evidenced market capability that acquisition can be completed, delivered to the UK and ready for installation of a bulk purchase of the equipment no later than the end of June 2020. MoJ invites expressions of interest (EOI) to the email address in this notice by 12:00 Noon on Monday 3rd February 2020. On receiving an EOI MoJ will issue a Confidentiality Agreement for electronic return before issuing a draft specification and short questionnaire which will require Suppliers to provide, at minimum: 1. Supplier company and contact details including confirmation and/or evidence of OEM status (note: we do not accept producers who, in general, do not control the means of manufacture or own the IPR to the product. MoJ's strategy of engagement with OEMs allows improved control of the supply chain and reduces risk in asset management); and 2. Technical data and evidence for a product which meets the outline requirement of this notice or the draft specification MoJ will issue Nothing within the notice commits the MoJ to conduct a tender exercise or enter into an Agreement.",
"datePublished": "2020-01-23T16:38:53Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "38582000",
"description": "X-ray inspection 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"
},
{
"region": "Scotland",
"countryName": "United Kingdom"
},
{
"region": "Wales",
"countryName": "United Kingdom"
},
{
"region": "Northern Ireland",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 3300000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2020-02-03T23:59:59Z"
},
"contractPeriod": {
"startDate": "2020-07-31T00:00:00+01:00",
"endDate": "2034-07-30T23:59:59+01:00"
},
"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/b32f5054-f989-4e15-86d8-7f45275db178",
"datePublished": "2020-01-23T16:38:53Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "Link to eSourcing Portal",
"url": "https://ministryofjusticecommercial.bravosolution.co.uk"
}
]
},
"parties": [
{
"id": "GB-CFS-124088",
"name": "Ministry of Justice.",
"identifier": {
"legalName": "Ministry of Justice."
},
"address": {
"streetAddress": "1st Floor Wellington Place",
"locality": "Leeds",
"postalCode": "LS1 4AP",
"countryName": "England"
},
"contactPoint": {
"name": "Sarah Knight",
"email": "Mojprocurementsecurity@justice.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-124088",
"name": "Ministry of Justice."
}
}