Notice Information
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 DevicesBorder 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 RequirementsHome 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 1Supply and Maintenance of Desktop Trace Detection Devices
Lot 2Supply and Maintenance of Portable Trace Detection Devices
Lot 3Supply and Maintenance of Desktop Trace Detection Devices with Additional Service Requirements
Notice Details
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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HOME OFFICE
- Additional Buyers
- 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
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-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
}
]
}
}