Tender

Metal Detection: Combined ferro and non-ferromagnetic archway

MINISTRY OF JUSTICE.

This public procurement record has 1 release in its history.

Tender

23 Jan 2020 at 16:38

Summary of the contracting process

The Ministry of Justice is conducting an open tender for the supply of a combined ferro and non-ferromagnetic metal detection archway, aimed at bolstering security within the prison estate. The tender, valued at £3.3 million, is currently in the planning stage, with a deadline for expressions of interest set for 12:00 noon on 3rd February 2020. The contract is anticipated to commence on 31st July 2020 and will last for four years, including an additional maintenance provision extending to 10 years. Interested parties can submit their proposals based on the requirements outlined in the notice.

This procurement presents significant opportunities for businesses specialising in security equipment and technology, specifically those with expertise in manufacturing metal detectors and related installations. Companies that qualify as Original Equipment Manufacturers (OEMs) are particularly well-suited to compete, as the Ministry seeks to engage directly with those controlling the means of manufacture. The successful supplier will not only fulfil the initial equipment supply but will also provide ongoing support and maintenance, making this a valuable contract for businesses looking to establish a long-term relationship with a key government agency.

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

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.

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

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

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-b5fd17-615497e8-3a89-4459-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."
    }
}