Award

Contract for the Supply and Maintenance of Trace Detection Devices

HOME OFFICE

This public procurement record has 2 releases in its history.

Award

24 Nov 2021 at 22:45

Tender

02 Mar 2021 at 22:56

Summary of the contracting process

The public procurement process involves the Home Office seeking suppliers for the "Contract for the Supply and Maintenance of Trace Detection Devices" within the category of drug detection apparatus. Located in the UK, this procurement is currently in the award stage, with contracts recently signed on 12 November 2021, following an open procurement method. The value of the contract is £9,050,000, and it consists of multiple lots for both desktop and portable devices. The main aim is to equip Border Force with the necessary technology to enhance border security against controlled drugs.

This tender opens significant opportunities for businesses in the technology and equipment supply sector, particularly those specialising in drug detection apparatus and maintenance services. Companies that can demonstrate quality and technical expertise in manufacturing or servicing such devices would be well-suited to compete. Participants must register on the Home Office's eSourcing portal and comply with submission requirements to ensure their eligibility for this contract, which promises a long-term engagement over a four-year period.

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

Contract for the Supply and Maintenance of Trace Detection Devices

Notice Description

Contract for the Supply and Maintenance of Trace Detection Devices

Lot Information

Supply and Maintenance of Desktop Trace Detection Devices

Border Force is a law enforcement command within the Home Office (Buyer). Border Force secures the border and promotes national prosperity by facilitating the legitimate movement of individuals and goods, whilst preventing those that would cause harm from entering the UK. This is achieved through the immigration and customs checks carried out by at ports and airports. The objective of the Trace Detection Contract is to deter and prevent goods that would harm the national interests from entering the UK. One of the many ways we achieve this is through search of baggage, vehicles and cargo. We are interested in desktop trace detection devices which detect trace levels of narcotics on a range of items including, but not limited to, personal effects such as suitcases and clothing, cargo and varying surfaces across encountered vehicles. The length of contract will be 4 years for procurement of devices. During that period, Border Force expects to have a requirement for up to 60 desktop devices, however this statement should in no way be construed as a commitment to purchase units during the contract period in this, or any other quantity, as the contract will not be based on guaranteed volumes. Border Force requires the devices to remain operational for 10 years from the date of purchase. Bidders will be required to provide evidence of their ability to maintain the devices, including having access to the required spare parts, consumables and replacement devices (i.e. where the devices are beyond economical repair), during the 10 years. For bidders who are not the Original Equipment Manufacturer (OEM), this may include providing evidence to the authority that the necessary contractual arrangements are in place with the OEM to ensure continued access to any required support, spare parts, consumables and replacement devices during the 10 year period. The contract will be open to usage by the Ministry of Justice, the Scottish Prison Service, the Northern Ireland Prison Service and any other person or organisation named in the contact, as a Cluster Member. Additional information: The Buyer is not responsible for any bidding costs incurred by potential suppliers in respect of this procurement. The Buyer reserves the right to abandon the competitive process and not award any contract; make any changes it sees as reasonable to the competition; remove and/or amend element(s) from the scope of the requirements; and accept or reject any tender.

Options: Several priced options exist within each lot e.g. additional planned preventative maintenance visits.

Supply and Maintenance of Portable Trace Detection Devices

Border Force is a law enforcement command within the Home Office (Buyer). Border Force secures the border and promotes national prosperity by facilitating the legitimate movement of individuals and goods, whilst preventing those that would cause harm from entering the UK. This is achieved through the immigration and customs checks carried out by at ports and airports. The objective of the Trace Detection Contract is to deter and prevent goods that would harm the national interests from entering the UK. One of the many ways we achieve this is through search of baggage, vehicles and cargo. We are interested in portable trace detection devices which detect trace levels of narcotics on a range of items including, but not limited to, personal effects such as suitcases and clothing, cargo and varying surfaces across encountered vehicles. The length of contract will be 4 years for procurement of devices. During that period, Border Force expects to have a requirement for up to 20 portable devices, however this statement should in no way be construed as a commitment to purchase units during the contract period in this, or any other quantity, as the contract will not be based on guaranteed volumes. Border Force requires the devices to remain operational for 10 years from the date of purchase. Bidders will be required to provide evidence of their ability to maintain the devices, including having access to the required spare parts, consumables and replacement devices (i.e. where the devices are beyond economical repair), during the 10 years. For bidders who are not the Original Equipment Manufacturer (OEM), this may include providing evidence to the authority that the necessary contractual arrangements are in place with the OEM to ensure continued access to any required support, spare parts, consumables and replacement devices during the 10 year period. The contract will be open to usage by the Ministry of Justice, the Scottish Prison Service, the Northern Ireland Prison Service and any other person or organisation named in the contact, as a Cluster Member. Additional information: The Buyer is not responsible for any bidding costs incurred by potential suppliers in respect of this procurement. The Buyer reserves the right to abandon the competitive process and not award any contract; make any changes it sees as reasonable to the competition; remove and/or amend element(s) from the scope of the requirements; and accept or reject any tender.

Options: Several priced options exist within each lot e.g. additional planned preventative maintenance visits.

Supply and Maintenance of Desktop Trace Detection Devices with Additional Service Requirements

Home Office, working in conjunction with Her Majesty's Prison and Probation Service (HMPPS) through the Ministry of Justice ( MoJ), have identified a requirement for a counter measure that effectively finds and detects narcotics in a prison context. We are interested in desktop devices which detect trace levels of narcotics on a range of items including, but not limited to, personal effects such as bags, clothing and mail. The length of contract will be 4 years for procurement of devices. During that period, MoJ expects to have a requirement for up to 90 desktop devices, however this statement should in no way be construed as a commitment to purchase units during the contract period in this, or any other quantity, as the contract will not be based on guaranteed volumes. MoJ requires the devices to remain operational for 10 years from the date of purchase. Bidders will be required to provide evidence of their ability to maintain the devices, including having access to the required spare parts, consumables, replacement devices (i.e. where the devices are beyond economical repair) and drug library updates during the 10 years. For bidders who are not the Original Equipment Manufacturer (OEM), this may include providing evidence to the authority that the necessary contractual arrangements are in place with the OEM to ensure continued access to any required support, spare parts, consumables and replacement devices during the 10 year period. The contract will be open to usage by the Ministry of Justice, the Scottish Prison Service, the Northern Ireland Prison Service and any other person or organisation named in the contact, as a Cluster Member. Additional information: The Buyer is not responsible for any bidding costs incurred by potential suppliers in respect of this procurement. The Buyer reserves the right to abandon the competitive process and not award any contract; make any changes it sees as reasonable to the competition; remove and/or amend element(s) from the scope of the requirements; and accept or reject any tender.

Options: Several priced options exist within each lot e.g. additional planned preventative maintenance visits.

Lot 1

Supply and Maintenance of Desktop Trace Detection Devices

Lot 2

Supply and Maintenance of Portable Trace Detection Devices

Lot 3

Supply and Maintenance of Desktop Trace Detection Devices with Additional Service Requirements

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0297cf
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029298-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)


CPV Codes

38544000 - Drug detection apparatus

Notice Value(s)

Tender Value
£9,050,000 £1M-£10M
Lots Value
£9,050,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£9,050,000 £1M-£10M

Notice Dates

Publication Date
24 Nov 20214 years ago
Submission Deadline
12 Apr 2021Expired
Future Notice Date
Not specified
Award Date
12 Nov 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Active, Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
HOME OFFICE
Additional Buyers

SECRETARY OF STATE FOR THE HOME DEPARTMENT

Contact Name
John Bowness
Contact Email
borderforceprocurementteam@homeoffice.gov.uk, detectiontechnologyprocurement@homeoffice.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
SALFORD
Postcode
M5 3FS
Post Town
Manchester
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD3 Greater Manchester
Small Region (ITL 3)
TLD34 Greater Manchester South West
Delivery Location
Not specified

Local Authority
Salford
Electoral Ward
Quays
Westminster Constituency
Salford

Supplier Information

Number of Suppliers
1
Supplier Name

SMITHS DETECTION WATFORD

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-h6vhtk-0297cf-2021-11-24T22:45:06Z",
    "date": "2021-11-24T22:45:06Z",
    "ocid": "ocds-h6vhtk-0297cf",
    "description": "This procurement will be managed electronically via the Authority's eSourcing Portal (JAGGAER). To participate in this procurement, 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, who will be entering into a contract if invited to do so. Once you have registered on the eSourcing Portal, you will be able to view within the Sourcing>My ITTs area 'ITTs open to all Suppliers' and the Trace Detection ITT will be found within this area. For technical assistance on use of the eSourcing Portal please contact the JAGGAER Supplier Helpdesk at customersupport@jaggaer.com or 0800 069 8630 (0800 -- 18 .00). The closing date for submissions will be 12 April 2021 at 12.00 Midday GMT. Clarification requests must be submitted no later than 05 April 2021.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0297cf",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Contract for the Supply and Maintenance of Trace Detection Devices",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "38544000",
            "description": "Drug detection apparatus"
        },
        "mainProcurementCategory": "goods",
        "description": "Contract for the Supply and Maintenance of Trace Detection Devices",
        "value": {
            "amount": 9050000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 3
        },
        "lots": [
            {
                "id": "Lot 1",
                "title": "Supply and Maintenance of Desktop Trace Detection Devices",
                "description": "Border Force is a law enforcement command within the Home Office (Buyer). Border Force secures the border and promotes national prosperity by facilitating the legitimate movement of individuals and goods, whilst preventing those that would cause harm from entering the UK. This is achieved through the immigration and customs checks carried out by at ports and airports. The objective of the Trace Detection Contract is to deter and prevent goods that would harm the national interests from entering the UK. One of the many ways we achieve this is through search of baggage, vehicles and cargo. We are interested in desktop trace detection devices which detect trace levels of narcotics on a range of items including, but not limited to, personal effects such as suitcases and clothing, cargo and varying surfaces across encountered vehicles. The length of contract will be 4 years for procurement of devices. During that period, Border Force expects to have a requirement for up to 60 desktop devices, however this statement should in no way be construed as a commitment to purchase units during the contract period in this, or any other quantity, as the contract will not be based on guaranteed volumes. Border Force requires the devices to remain operational for 10 years from the date of purchase. Bidders will be required to provide evidence of their ability to maintain the devices, including having access to the required spare parts, consumables and replacement devices (i.e. where the devices are beyond economical repair), during the 10 years. For bidders who are not the Original Equipment Manufacturer (OEM), this may include providing evidence to the authority that the necessary contractual arrangements are in place with the OEM to ensure continued access to any required support, spare parts, consumables and replacement devices during the 10 year period. The contract will be open to usage by the Ministry of Justice, the Scottish Prison Service, the Northern Ireland Prison Service and any other person or organisation named in the contact, as a Cluster Member. Additional information: The Buyer is not responsible for any bidding costs incurred by potential suppliers in respect of this procurement. The Buyer reserves the right to abandon the competitive process and not award any contract; make any changes it sees as reasonable to the competition; remove and/or amend element(s) from the scope of the requirements; and accept or reject any tender.",
                "value": {
                    "amount": 3350000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Several priced options exist within each lot e.g. additional planned preventative maintenance visits."
                },
                "status": "active"
            },
            {
                "id": "Lot 2",
                "title": "Supply and Maintenance of Portable Trace Detection Devices",
                "description": "Border Force is a law enforcement command within the Home Office (Buyer). Border Force secures the border and promotes national prosperity by facilitating the legitimate movement of individuals and goods, whilst preventing those that would cause harm from entering the UK. This is achieved through the immigration and customs checks carried out by at ports and airports. The objective of the Trace Detection Contract is to deter and prevent goods that would harm the national interests from entering the UK. One of the many ways we achieve this is through search of baggage, vehicles and cargo. We are interested in portable trace detection devices which detect trace levels of narcotics on a range of items including, but not limited to, personal effects such as suitcases and clothing, cargo and varying surfaces across encountered vehicles. The length of contract will be 4 years for procurement of devices. During that period, Border Force expects to have a requirement for up to 20 portable devices, however this statement should in no way be construed as a commitment to purchase units during the contract period in this, or any other quantity, as the contract will not be based on guaranteed volumes. Border Force requires the devices to remain operational for 10 years from the date of purchase. Bidders will be required to provide evidence of their ability to maintain the devices, including having access to the required spare parts, consumables and replacement devices (i.e. where the devices are beyond economical repair), during the 10 years. For bidders who are not the Original Equipment Manufacturer (OEM), this may include providing evidence to the authority that the necessary contractual arrangements are in place with the OEM to ensure continued access to any required support, spare parts, consumables and replacement devices during the 10 year period. The contract will be open to usage by the Ministry of Justice, the Scottish Prison Service, the Northern Ireland Prison Service and any other person or organisation named in the contact, as a Cluster Member. Additional information: The Buyer is not responsible for any bidding costs incurred by potential suppliers in respect of this procurement. The Buyer reserves the right to abandon the competitive process and not award any contract; make any changes it sees as reasonable to the competition; remove and/or amend element(s) from the scope of the requirements; and accept or reject any tender.",
                "value": {
                    "amount": 1450000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Several priced options exist within each lot e.g. additional planned preventative maintenance visits."
                },
                "status": "active"
            },
            {
                "id": "Lot 3",
                "title": "Supply and Maintenance of Desktop Trace Detection Devices with Additional Service Requirements",
                "description": "Home Office, working in conjunction with Her Majesty's Prison and Probation Service (HMPPS) through the Ministry of Justice ( MoJ), have identified a requirement for a counter measure that effectively finds and detects narcotics in a prison context. We are interested in desktop devices which detect trace levels of narcotics on a range of items including, but not limited to, personal effects such as bags, clothing and mail. The length of contract will be 4 years for procurement of devices. During that period, MoJ expects to have a requirement for up to 90 desktop devices, however this statement should in no way be construed as a commitment to purchase units during the contract period in this, or any other quantity, as the contract will not be based on guaranteed volumes. MoJ requires the devices to remain operational for 10 years from the date of purchase. Bidders will be required to provide evidence of their ability to maintain the devices, including having access to the required spare parts, consumables, replacement devices (i.e. where the devices are beyond economical repair) and drug library updates during the 10 years. For bidders who are not the Original Equipment Manufacturer (OEM), this may include providing evidence to the authority that the necessary contractual arrangements are in place with the OEM to ensure continued access to any required support, spare parts, consumables and replacement devices during the 10 year period. The contract will be open to usage by the Ministry of Justice, the Scottish Prison Service, the Northern Ireland Prison Service and any other person or organisation named in the contact, as a Cluster Member. Additional information: The Buyer is not responsible for any bidding costs incurred by potential suppliers in respect of this procurement. The Buyer reserves the right to abandon the competitive process and not award any contract; make any changes it sees as reasonable to the competition; remove and/or amend element(s) from the scope of the requirements; and accept or reject any tender.",
                "value": {
                    "amount": 4250000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Several priced options exist within each lot e.g. additional planned preventative maintenance visits."
                },
                "status": "active"
            },
            {
                "id": "1",
                "description": "Supply and Maintenance of Desktop Trace Detection Devices",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical Evaluation",
                            "type": "quality",
                            "description": "55%"
                        },
                        {
                            "type": "price",
                            "description": "45%"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "2",
                "description": "Supply and Maintenance of Portable Trace Detection Devices",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical Evaluation",
                            "type": "quality",
                            "description": "55%"
                        },
                        {
                            "type": "price",
                            "description": "45"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "3",
                "description": "Supply and Maintenance of Desktop Trace Detection Devices with Additional Service Requirements",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical Evaluation",
                            "type": "quality",
                            "description": "55%"
                        },
                        {
                            "type": "price",
                            "description": "45%"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "Lot 1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38544000",
                        "description": "Drug detection apparatus"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "United Kingdom"
                },
                "relatedLot": "Lot 1"
            },
            {
                "id": "Lot 2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38544000",
                        "description": "Drug detection apparatus"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "United Kingdom"
                },
                "relatedLot": "Lot 2"
            },
            {
                "id": "Lot 3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38544000",
                        "description": "Drug detection apparatus"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "United Kingdom"
                },
                "relatedLot": "Lot 3"
            },
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38544000",
                        "description": "Drug detection apparatus"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38544000",
                        "description": "Drug detection apparatus"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38544000",
                        "description": "Drug detection apparatus"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://homeoffice.app.jaggaer.com/web/login.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Before being given access to the Home Office e-sourcing portal, where the Tender Documents are held, Suppliers will be required to sign the Buyer's Non-Disclosure Agreement (NDA). This NDA should be requested via email from John Bowness at Detectiontechnologyprocurement@homeoffice.gov.uk. A scanned copy incorporating the wet signature should be then be returned via email to John Bowness at Detectiontechnologyprocurement@homeoffice.gov.uk to enable access to the ITT documentation. The terms of the NDA are non-negotiable and your unequivocal acceptance of those therein are required to proceed with this opportunity.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-04-12T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2021-04-12T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-04-12T12:00:00+01:00"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-7343",
            "name": "Secretary of State for the Home Department",
            "identifier": {
                "legalName": "Secretary of State for the Home Department"
            },
            "address": {
                "streetAddress": "Border Force, 3rd Floor, Block C, Soapworks, Colgate Lane",
                "locality": "Salford",
                "region": "UK",
                "postalCode": "M5 3FS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "John Bowness",
                "email": "Detectiontechnologyprocurement@homeoffice.gov.uk",
                "url": "https://homeoffice.app.jaggaer.com/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.gov.uk/home-office",
                "buyerProfile": "https://homeoffice.app.jaggaer.com/web/login.html",
                "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-1619",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-35719",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office"
            },
            "address": {
                "streetAddress": "Soapworks, Colgate lane, Salford",
                "locality": "Manchester",
                "region": "UK",
                "postalCode": "M5 3LZ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "BorderForceProcurementTeam@homeoffice.gov.uk"
            },
            "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-35720",
            "name": "SMITHS DETECTION WATFORD LTD",
            "identifier": {
                "legalName": "SMITHS DETECTION WATFORD LTD"
            },
            "address": {
                "streetAddress": "Century House, Marylands Avenue, Hemel Hempstead",
                "locality": "Hertfordshire",
                "region": "UK",
                "postalCode": "HP22 5LS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-35721",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office"
            },
            "address": {
                "locality": "Manchester",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-35719",
        "name": "Home Office"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:268494-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "029298-2021-C18789-1",
            "title": "Supply and Maintenance of Desktop Trace Detection Devices",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-35720",
                    "name": "SMITHS DETECTION WATFORD LTD"
                }
            ]
        },
        {
            "id": "029298-2021-C18789-2",
            "title": "Supply and Maintenance of Portable Trace Detection Devices",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-35720",
                    "name": "SMITHS DETECTION WATFORD LTD"
                }
            ]
        },
        {
            "id": "029298-2021-C18789-3",
            "title": "Supply and Maintenance of Desktop Trace Detection Devices with Additional Service Requirements",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-35720",
                    "name": "SMITHS DETECTION WATFORD LTD"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "029298-2021-C18789-1",
            "awardID": "029298-2021-C18789-1",
            "title": "Supply and Maintenance of Desktop Trace Detection Devices",
            "status": "active",
            "value": {
                "amount": 3350000,
                "currency": "GBP"
            },
            "dateSigned": "2021-11-12T00:00:00Z"
        },
        {
            "id": "029298-2021-C18789-2",
            "awardID": "029298-2021-C18789-2",
            "title": "Supply and Maintenance of Portable Trace Detection Devices",
            "status": "active",
            "value": {
                "amount": 1450000,
                "currency": "GBP"
            },
            "dateSigned": "2021-11-12T00:00:00Z"
        },
        {
            "id": "029298-2021-C18789-3",
            "awardID": "029298-2021-C18789-3",
            "title": "Supply and Maintenance of Desktop Trace Detection Devices with Additional Service Requirements",
            "status": "active",
            "value": {
                "amount": 4250000,
                "currency": "GBP"
            },
            "dateSigned": "2021-11-12T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 4
            },
            {
                "id": "2",
                "measure": "bids",
                "value": 4
            },
            {
                "id": "3",
                "measure": "bids",
                "value": 3
            }
        ]
    }
}