{
    "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"
                }
            ]
        }
    ]
}