Award

Key Tracing Cabinets and Gunnebo Suite - Phase 3

MINISTRY OF JUSTICE

This public procurement record has 4 releases in its history.

ContractAmendment

06 Nov 2025 at 09:59

Award

26 Aug 2025 at 13:16

Award

04 Aug 2025 at 09:50

Award

31 Jul 2025 at 08:08

Summary of the contracting process

The procurement process is being managed by the Ministry of Justice, located at 102 Petty France, London, for the project titled "Key Tracing Cabinets and Gunnebo Suite - Phase 3". This project involves the purchase and installation of key cabinets, data and power, and a three-lane Gunnebo across multiple sites within the United Kingdom. The industry category is primarily related to goods, specifically supply of lockers. The procurement stage has reached a contract amendment phase with the latest amendment date set for 18th November 2025. The procurement method employed is a direct award due to specific intellectual property rights held by the supplier, necessitating the use of their bespoke systems to ensure compatibility with existing installations.

This procurement process offers substantial opportunities for businesses involved in the manufacturing and integration of secure cabinet and locker systems, especially those with existing intellectual property rights and technical expertise in interfacing with biometric and security infrastructure. Larger enterprises with a focus on secure systems might find this project particularly fitting, given the need for advanced technical solutions and proprietary technology. This contract requires a strong understanding of the closed protocol systems already installed across sites, thus providing potential growth for businesses capable of maintaining compatibility and expanding their footprint within public sector projects.

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

Key Tracing Cabinets and Gunnebo Suite - Phase 3

Notice Description

Purchase and installation of key cabinets, data and power and a three lane Gunnebo across multiple sites.

Procurement Information

The following clauses under Schedule 5 apply to this procurement: Clause 5: The following conditions are met in relation to the public contract-- (a)due to a particular supplier having intellectual property rights or other exclusive rights, only that supplier can supply the goods, services or works require. The awarded supplier owns the IPR which we require to interface with the existing infrastructure. Clause 6: The following conditions are met in relation to the public contract - (a) due to an absence of competition for technical reasons, only a particular supplier can supply the goods, services or works required, and (b) there are no reasonable alternatives to those goods, services or works. The system used is a closed protocol system which is only supplied by the awarded supplier and is already installed in most sites across the estate which we are now required to expand therefore there is no reasonable alternative as replacing all cabinets that are existing would come at much higher cost. Clause 7: The public contract concerns the supply of goods, services or works by the existing supplier which are intended as an extension to, or partial replacement of, existing goods, services or works in circumstances where--(a)a change in supplier would result in the contracting authority receiving goods, services or works that are different from, or incompatible with, the existing goods, services or works, and (b)the difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance. As mentioned above, the current system is already installed in most sites across the estate and is a closed protocol system therefore the new cabinets and lockers which are required to support increased capacity, must communicate with the existing systems in place. To have two different systems running opens operational risks and additional maintenance costs.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0569b8
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/071496-2025
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
UK10 - Contract Change Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Direct
Procurement Method Details
Direct award
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)


CPV Codes

44421720 - Lockers

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£156,015 £100K-£500K
Contracts Value
£156,015 £100K-£500K

Notice Dates

Publication Date
6 Nov 20253 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
31 Jul 20256 months ago
Contract Period
17 Aug 2025 - 31 Jul 2026 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE
Contact Name
Not specified
Contact Email
commercial-prisonfacilitiesmanagement@justice.gov.uk
Contact Phone
Not specified

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

Supplier Information

Number of Suppliers
1
Supplier Name

ASSA ABLOY GLOBAL SOLUTIONS UK LIMITED T/A TRAKA

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-h6vhtk-0569b8-2025-11-06T09:59:40Z",
    "date": "2025-11-06T09:59:40Z",
    "ocid": "ocds-h6vhtk-0569b8",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PDNN-2773-HVYN",
            "name": "Ministry of Justice",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PDNN-2773-HVYN"
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "London",
                "postalCode": "SW1H 9AJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "commercial-prisonfacilitiesmanagement@justice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-justice/about/procurement",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-02590364",
            "name": "ASSA ABLOY GLOBAL SOLUTIONS UK LIMITED T/A Traka",
            "identifier": {
                "scheme": "GB-COH",
                "id": "02590364"
            },
            "address": {
                "streetAddress": "Pacific House, Imperial Way",
                "locality": "Reading",
                "postalCode": "RG2 0TD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ11"
            },
            "contactPoint": {
                "email": "info@traka.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PDNN-2773-HVYN",
        "name": "Ministry of Justice"
    },
    "tender": {
        "id": "ocds-h6vhtk-0569b8",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Key Tracing Cabinets and Gunnebo Suite - Phase 3",
        "description": "Purchase and installation of key cabinets, data and power and a three lane Gunnebo across multiple sites.",
        "status": "complete",
        "procurementMethod": "direct",
        "procurementMethodDetails": "Direct award",
        "procurementMethodRationale": "The following clauses under Schedule 5 apply to this procurement: Clause 5: The following conditions are met in relation to the public contract-- (a)due to a particular supplier having intellectual property rights or other exclusive rights, only that supplier can supply the goods, services or works require. The awarded supplier owns the IPR which we require to interface with the existing infrastructure. Clause 6: The following conditions are met in relation to the public contract - (a) due to an absence of competition for technical reasons, only a particular supplier can supply the goods, services or works required, and (b) there are no reasonable alternatives to those goods, services or works. The system used is a closed protocol system which is only supplied by the awarded supplier and is already installed in most sites across the estate which we are now required to expand therefore there is no reasonable alternative as replacing all cabinets that are existing would come at much higher cost. Clause 7: The public contract concerns the supply of goods, services or works by the existing supplier which are intended as an extension to, or partial replacement of, existing goods, services or works in circumstances where--(a)a change in supplier would result in the contracting authority receiving goods, services or works that are different from, or incompatible with, the existing goods, services or works, and (b)the difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance. As mentioned above, the current system is already installed in most sites across the estate and is a closed protocol system therefore the new cabinets and lockers which are required to support increased capacity, must communicate with the existing systems in place. To have two different systems running opens operational risks and additional maintenance costs.",
        "procurementMethodRationaleClassifications": [
            {
                "id": "singleSuppliersIntellectualPropertyExclusiveRights"
            },
            {
                "id": "singleSuppliersTechnicalReasons"
            },
            {
                "id": "additionalRepeatExtensionPartialReplacement"
            }
        ],
        "lots": [
            {
                "id": "1",
                "status": "complete"
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Key Tracing Cabinets and Gunnebo Suite - Phase 3",
            "status": "active",
            "value": {
                "amountGross": 187218.22,
                "amount": 156015.18,
                "currency": "GBP"
            },
            "mainProcurementCategory": "goods",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-02590364",
                    "name": "ASSA ABLOY GLOBAL SOLUTIONS UK LIMITED T/A Traka"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "44421720",
                            "description": "Lockers"
                        }
                    ],
                    "relatedLot": "1",
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ]
                }
            ],
            "contractPeriod": {
                "startDate": "2025-08-18T00:00:00+01:00",
                "endDate": "2026-07-31T23:59:59+01:00"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "044558-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/044558-2025",
                    "datePublished": "2025-07-31T09:08:57+01:00",
                    "format": "text/html"
                },
                {
                    "id": "045534-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/045534-2025",
                    "datePublished": "2025-08-04T10:50:05+01:00",
                    "format": "text/html"
                }
            ],
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-08-15T23:59:59+01:00",
                    "status": "scheduled"
                }
            ],
            "date": "2025-08-01T00:00:00+01:00",
            "standstillPeriod": {
                "endDate": "2025-08-14T23:59:59+01:00"
            }
        }
    ],
    "language": "en",
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "status": "active",
            "period": {
                "startDate": "2025-08-18T00:00:00+01:00",
                "endDate": "2026-07-31T23:59:59+01:00"
            },
            "value": {
                "amountGross": 187218.22,
                "amount": 156015.18,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2025-08-18T00:00:00+01:00",
            "noAgreedMetricsRationale": "The value of the contract is below PS5m.",
            "documents": [
                {
                    "id": "051296-2025",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/051296-2025",
                    "datePublished": "2025-08-26T14:16:27+01:00",
                    "format": "text/html"
                },
                {
                    "id": "071496-2025",
                    "documentType": "contractNotice",
                    "noticeType": "UK10",
                    "description": "Contract change notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/071496-2025",
                    "datePublished": "2025-11-06T09:59:40Z",
                    "format": "text/html"
                }
            ],
            "proposedAmendments": [
                {
                    "id": "071496-2025",
                    "date": "2025-11-18T23:59:59+00:00",
                    "standstill": true,
                    "rationale": "It is necessary to purchase the additional goods from Traka as Traka specifies the bespoke metalwork needed to mount the Traka biometric readers onto the Gunnebo which communicate with the existing Traka key cabinets and radio lockers. If we were to purchase the Gunnebo's elsewhere, they would not have the bespoke metal work and readers installed and therefore would not be compatible with the existing Traka software on site, making the use of the Gunnebo ineffective of its purpose.",
                    "rationaleClassifications": [
                        {
                            "id": "additionalGoodsServicesWorks"
                        }
                    ],
                    "value": {
                        "amountGross": 262296.22,
                        "amount": 218580.18,
                        "currency": "GBP"
                    },
                    "aboveThreshold": true,
                    "period": {
                        "startDate": "2025-11-18T23:59:59+00:00"
                    }
                }
            ]
        }
    ]
}