Award

Traka Software Upgrade across the Prison Estate

MINISTRY OF JUSTICE

This public procurement record has 3 releases in its history.

Award

16 Dec 2025 at 18:29

Award

27 Nov 2025 at 21:02

Award

27 Nov 2025 at 13:50

Summary of the contracting process

The Ministry of Justice in the United Kingdom has completed the procurement process for a project titled "Traka Software Upgrade across the Prison Estate." This contract involves the supply and installation of a Traka Touch Upgrade Kit, specifically for tracing system services within the prison estate across the UK. The procurement method was a direct award, attributed to the supplier ASSA ABLOY Global Solutions UK Limited T/A Traka, who holds exclusive intellectual property rights crucial for the upgrade. The procurement phase has been concluded, with contracts actively maintained since the contract signing date of 15th December 2025, running until 31st March 2027, with possible extensions up to 31st March 2028. The industry category primarily includes services related to public authority central government, with specific focus on tracing system services and cabinets, enhancing the operational infrastructure within the prison system.

This tender holds significant potential for business growth, notably for suppliers with capabilities in software development, tracing system services, and prison facility management. The opportunity revolves around the technological enhancement of existing infrastructures, thus favoring businesses with expertise in providing compatible solutions for proprietary systems. Large-scale businesses familiar with providing technical solutions that integrate seamlessly with existing systems and hold expertise in closed protocol systems are particularly well-suited to participate and benefit from such procurement processes, paving the way for strengthening ties within public sector projects and fostering long-term collaboration opportunities.

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

Traka Software Upgrade across the Prison Estate

Notice Description

Supply and installation of Traka Touch Upgrade Kit across the prison estate

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. Traka own the IPR on all the current in situ machines which we require to interface with the existing infrastructure. Traka is a closed protocol system which is only supplied by Traka and is already installed in most estates which now require a software upgrade in order to run. 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, Traka are already installed in most sites across the estate and is a closed protocol system therefore any 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 and maintenance risks.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05ea2d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/083586-2025
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Direct
Procurement Method Details
Direct award
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79714100 - Tracing system services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£3,137,950 £1M-£10M
Contracts Value
£3,137,950 £1M-£10M

Notice Dates

Publication Date
16 Dec 20252 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
27 Nov 20252 months ago
Contract Period
15 Dec 2025 - 31 Mar 2027 1-2 years
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-05ea2d-2025-12-16T18:29:58Z",
    "date": "2025-12-16T18:29:58Z",
    "ocid": "ocds-h6vhtk-05ea2d",
    "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": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "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": "Imperium, 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-05ea2d",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Traka Software Upgrade across the Prison Estate",
        "description": "Supply and installation of Traka Touch Upgrade Kit across the prison estate",
        "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. Traka own the IPR on all the current in situ machines which we require to interface with the existing infrastructure. Traka is a closed protocol system which is only supplied by Traka and is already installed in most estates which now require a software upgrade in order to run. 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, Traka are already installed in most sites across the estate and is a closed protocol system therefore any 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 and maintenance risks.",
        "procurementMethodRationaleClassifications": [
            {
                "id": "singleSuppliersIntellectualPropertyExclusiveRights"
            },
            {
                "id": "singleSuppliersTechnicalReasons"
            }
        ],
        "lots": [
            {
                "id": "1",
                "status": "complete"
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Traka Software Upgrade across the Prison Estate",
            "status": "active",
            "value": {
                "amountGross": 3765540,
                "amount": 3137950,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-02590364",
                    "name": "ASSA ABLOY GLOBAL SOLUTIONS UK LIMITED T/A Traka"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "79714100",
                            "description": "Tracing system services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "contractPeriod": {
                "startDate": "2025-12-11T00:00:00+00:00",
                "endDate": "2027-03-31T23:59:59+01:00",
                "maxExtentDate": "2028-03-31T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The Buyer may extend the Contract for a period of up to 1 year. This extension is expected to be be utilised if the software upgrade has not been completed by the originally anticipated date of 31 March 2027."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "077693-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/077693-2025",
                    "datePublished": "2025-11-27T13:50:52Z",
                    "format": "text/html"
                },
                {
                    "id": "077900-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/077900-2025",
                    "datePublished": "2025-11-27T21:02:34Z",
                    "format": "text/html"
                }
            ],
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-12-11T23:59:59+00:00",
                    "status": "scheduled"
                }
            ],
            "date": "2025-11-27T00:00:00+00:00",
            "standstillPeriod": {
                "endDate": "2025-12-09T23:59:59+00:00"
            }
        }
    ],
    "language": "en",
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "status": "active",
            "period": {
                "startDate": "2025-12-15T00:00:00+00:00",
                "endDate": "2027-03-31T23:59:59+01:00",
                "maxExtentDate": "2028-03-31T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The Buyer may extend the Contract for a period of up to 1 year. This extension is expected to be be utilised if the software upgrade has not been completed by the originally anticipated date of 31 March 2027."
            },
            "value": {
                "amountGross": 3765540,
                "amount": 3137950,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2025-12-15T00:00:00+00:00",
            "agreedMetrics": [
                {
                    "id": "1",
                    "title": "KPI A - Completion of upgrades for each site by the scheduled completion date",
                    "description": "Key indicator is the completion of upgrades for each site by the scheduled completion date set out in the agreed project plan.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 3
                            }
                        }
                    ]
                },
                {
                    "id": "2",
                    "title": "KPI B - Social Value: Reduction in waste sent to landfill through sustainable procurement practices",
                    "description": "Key indicator is the percentage of contract waste sent to landfill.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                }
            ],
            "documents": [
                {
                    "id": "083586-2025",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/083586-2025",
                    "datePublished": "2025-12-16T18:29:58Z",
                    "format": "text/html"
                }
            ]
        }
    ]
}