Planning

Maintenance, Product Development (hardware, software and drugs library updates) and Consumables for HMPPS Rapiscan Itemisers

MINISTRY OF JUSTICE

This public procurement record has 1 release in its history.

Planning

15 Nov 2021 at 22:45

Summary of the contracting process

The Ministry of Justice is planning a procurement process for the maintenance, product development, and consumables for its Rapiscan Itemisers, which are used for drug detection. This contract, estimated at £4,300,000, encompasses approximately 96 units across the HMPPS estate located in England and Wales. The procurement is currently in the planning stage, with expressions of interest due by 12pm on 24th November 2021. Interested suppliers will need to demonstrate their capabilities and experience in providing both preventative and reactive maintenance, as well as their expertise in maintaining and updating the related drug library software.

This tender presents significant opportunities for businesses specialising in maintenance services, drug detection technologies, and supplier management within the justice or security sectors. Companies with experience in providing comprehensive maintenance solutions, proven technical expertise, and access to manufacturer-approved spare parts and consumables would be particularly well-suited to compete in this tender. The procurement process invites suppliers to showcase their qualifications and their ability to meet key performance indicators across multiple sites, potentially leading to long-term contracts with the Ministry of Justice.

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

Maintenance, Product Development (hardware, software and drugs library updates) and Consumables for HMPPS Rapiscan Itemisers

Notice Description

HM Prison and Probation Service (HMPPS), an agency of the Ministry of Justice, has a potential requirement for a contract for the supply of maintenance, support and consumables for its Rapiscan Systems Limited Itemiser estate. This includes approximately 96 units of both Rapiscan Itemiser 3 Enhanced (3e) and Rapiscan Itemiser 4DN (the "Equipment"). The requirements include: 1. Planned Preventative Maintenance (PPM) Visits: schedule of manufacturer approved maintenance tasks on a 2, 3 or 4 visit cycle per Equipment unit per annum. 2. Reactive Maintenance: incident management to faults or breakages on the Equipment from logging of the initial incident, arranging an engineer to site and facilitating a first time fix or soonest possible fix within service level times as required by the Authority. Supplementary maintenance requirements: a) Both PPM and Reactive Maintenance visits are across the entire HMPPS estate which covers all of England and Wales (across approximately 108 sites) b) Both PPM and Reactive Maintenance to be against Key Performance Indicator (KPI) as determined by the Authority (to be fully defined by the Authority but an example being: next working day attendance on site from incident being raised c) Both PPM and Reactive Maintenance performance management to be supported by detailed Management Information to ensure KPI compliance d) Stock holding of spare parts and consumables against the size of the HMPPS estate. e) A financial Service Credit regime to be in place to ensure performance against KPIs Any maintenance services would require multiple financial options for the Authority to select from and would only be entered into on a year by year basis. 3. Spare parts provision: the stocking and supply of new, manufacturer approved spare parts to ensure the estate continues to function in line with manufacturer instructions, data specifications and warranties. 4. Consumables: the stocking and supply of a catalogue of new, manufacturer approved consumables to support day to day operation of the equipment, in line with manufacturer instructions, data specifications and warranties. 5. Drugs Library Updates: The Authority requires the drug library software to be maintained and updated to react to new and evolving drugs which seek entry to its estate. The services associated with library updates therefore includes but is not limited to: a) Working with HMPPS sites, providing a legal and controlled capability to support the identification of new or changed drugs, obtaining samples and/or sample data b) Scientific expertise in the identification of new drugs or drug compounds c) The capability to develop new detection algorithms against new drugs or drug compounds and test them against agreed Authority, industry and/or manufacturer approved standards d) The capability, following Authority UAT or testing to be defined, to deploy the new drug detection algorithm to the HMPPS estate Note: a drugs library update is anticipated to be commissioned on request of the Authority at its discretion.

Lot Information

Lot 1

In order to protect the warranties and operational use of the Equipment within its estate the Authority requires an interested Supplier to, for the potential duration of a contract, to be able to: a) Evidence that it has the skills (including relevant and up to date), training and qualifications relating to the Equipment (both types) b) Evidence that it has service manuals, data specifications and other technical information pertaining to the Equipment so as to ensure it is able to demonstrate technical expertise (ensuring it could maintain the Equipment to manufacturer recommendations and Authority requirements) c) Evidence that it has manufacturer approved spare parts for both types of Equipment (3e and 4DN) in volumes which can support the number of units in the estate d) Evidence that it has manufacturer approved consumables in stock volumes sufficient to meet the demands of the estate (an estimated 96 units across 108 sites) e) Evidence that it has sufficient numbers of trained engineers in the Equipment in order to meet the KPIs of the Authority in the context of the number of units and geography of the estate f) Evidence that it has proven capability (including sufficient technical and scientific resources and processes) and commercial rights (inclusive of any licencing or Intellectual Property) to support the Drug Library Update minimum requirements and software updates for both types of the Equipment. Note: this is not for new supply of Itemisers. Additional information: The Authority is inviting expressions of interest in order to understand the capability and capacity in the market against its requirements. Expressions of interest are to be submitted no later than 12pm (noon) on 24th November 2021, any submissions after this point will not be considered. On receipt of an expression of interest the Authority will provide a questionnaire for Suppliers to complete

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02f6e2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028531-2021
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

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
£4,300,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Nov 20214 years ago
Submission Deadline
Not specified
Future Notice Date
4 Jan 2022Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE
Contact Name
Jim Rattigan
Contact Email
mojprocurementsecurity@justice.gov.uk
Contact Phone
+44 02033343555

Buyer Location

Locality
LONDON
Postcode
SW1H 9AJ
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

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-02f6e2-2021-11-15T22:45:06Z",
    "date": "2021-11-15T22:45:06Z",
    "ocid": "ocds-h6vhtk-02f6e2",
    "initiationType": "tender",
    "tender": {
        "id": "Prj_3765",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Maintenance, Product Development (hardware, software and drugs library updates) and Consumables for HMPPS Rapiscan Itemisers",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "38544000",
            "description": "Drug detection apparatus"
        },
        "mainProcurementCategory": "goods",
        "description": "HM Prison and Probation Service (HMPPS), an agency of the Ministry of Justice, has a potential requirement for a contract for the supply of maintenance, support and consumables for its Rapiscan Systems Limited Itemiser estate. This includes approximately 96 units of both Rapiscan Itemiser 3 Enhanced (3e) and Rapiscan Itemiser 4DN (the \"Equipment\"). The requirements include: 1. Planned Preventative Maintenance (PPM) Visits: schedule of manufacturer approved maintenance tasks on a 2, 3 or 4 visit cycle per Equipment unit per annum. 2. Reactive Maintenance: incident management to faults or breakages on the Equipment from logging of the initial incident, arranging an engineer to site and facilitating a first time fix or soonest possible fix within service level times as required by the Authority. Supplementary maintenance requirements: a) Both PPM and Reactive Maintenance visits are across the entire HMPPS estate which covers all of England and Wales (across approximately 108 sites) b) Both PPM and Reactive Maintenance to be against Key Performance Indicator (KPI) as determined by the Authority (to be fully defined by the Authority but an example being: next working day attendance on site from incident being raised c) Both PPM and Reactive Maintenance performance management to be supported by detailed Management Information to ensure KPI compliance d) Stock holding of spare parts and consumables against the size of the HMPPS estate. e) A financial Service Credit regime to be in place to ensure performance against KPIs Any maintenance services would require multiple financial options for the Authority to select from and would only be entered into on a year by year basis. 3. Spare parts provision: the stocking and supply of new, manufacturer approved spare parts to ensure the estate continues to function in line with manufacturer instructions, data specifications and warranties. 4. Consumables: the stocking and supply of a catalogue of new, manufacturer approved consumables to support day to day operation of the equipment, in line with manufacturer instructions, data specifications and warranties. 5. Drugs Library Updates: The Authority requires the drug library software to be maintained and updated to react to new and evolving drugs which seek entry to its estate. The services associated with library updates therefore includes but is not limited to: a) Working with HMPPS sites, providing a legal and controlled capability to support the identification of new or changed drugs, obtaining samples and/or sample data b) Scientific expertise in the identification of new drugs or drug compounds c) The capability to develop new detection algorithms against new drugs or drug compounds and test them against agreed Authority, industry and/or manufacturer approved standards d) The capability, following Authority UAT or testing to be defined, to deploy the new drug detection algorithm to the HMPPS estate Note: a drugs library update is anticipated to be commissioned on request of the Authority at its discretion.",
        "value": {
            "amount": 4300000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "In order to protect the warranties and operational use of the Equipment within its estate the Authority requires an interested Supplier to, for the potential duration of a contract, to be able to: a) Evidence that it has the skills (including relevant and up to date), training and qualifications relating to the Equipment (both types) b) Evidence that it has service manuals, data specifications and other technical information pertaining to the Equipment so as to ensure it is able to demonstrate technical expertise (ensuring it could maintain the Equipment to manufacturer recommendations and Authority requirements) c) Evidence that it has manufacturer approved spare parts for both types of Equipment (3e and 4DN) in volumes which can support the number of units in the estate d) Evidence that it has manufacturer approved consumables in stock volumes sufficient to meet the demands of the estate (an estimated 96 units across 108 sites) e) Evidence that it has sufficient numbers of trained engineers in the Equipment in order to meet the KPIs of the Authority in the context of the number of units and geography of the estate f) Evidence that it has proven capability (including sufficient technical and scientific resources and processes) and commercial rights (inclusive of any licencing or Intellectual Property) to support the Drug Library Update minimum requirements and software updates for both types of the Equipment. Note: this is not for new supply of Itemisers. Additional information: The Authority is inviting expressions of interest in order to understand the capability and capacity in the market against its requirements. Expressions of interest are to be submitted no later than 12pm (noon) on 24th November 2021, any submissions after this point will not be considered. On receipt of an expression of interest the Authority will provide a questionnaire for Suppliers to complete",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38544000",
                        "description": "Drug detection apparatus"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "HMPPS Estate in England and Wales"
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-01-04T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-6365",
            "name": "Ministry of Justice",
            "identifier": {
                "legalName": "Ministry of Justice"
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1H 9AJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Jim Rattigan",
                "telephone": "+44 02033343555",
                "email": "mojprocurementsecurity@justice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-justice",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Justice"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-6365",
        "name": "Ministry of Justice"
    },
    "language": "en"
}