Contract

Key Tracing Cabinets and Gunnebo Suite - Phase 3

  • Ministry of Justice

UK7: Contract details notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-051296

Procurement identifier (OCID): ocds-h6vhtk-0569b8 (view related notices)

Published 26 August 2025, 2:16pm



Scope

Description

Purchase and installation of key cabinets, data and power and a three lane

Gunnebo across multiple sites.


Contract 1. Key Tracing Cabinets and Gunnebo Suite - Phase 3

Supplier

Contract value

  • £156,015.18 excluding VAT
  • £187,218.22 including VAT

Above the relevant threshold

Date signed

18 August 2025

Contract dates

  • 18 August 2025 to 31 July 2026
  • 11 months, 14 days

Main procurement category

Goods

CPV classifications

  • 44421720 - Lockers

Contract locations

  • UK - United Kingdom

Justification for not setting key performance indicators

The value of the contract is below £5m.


Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Direct award

Direct award justification

  • Single supplier - intellectual property or exclusive rights
  • Single supplier - technical reasons
  • Additional or repeat goods, services or works - extension or partial replacement

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.


Supplier

ASSA ABLOY GLOBAL SOLUTIONS UK LIMITED T/A Traka

  • Companies House: 02590364

Pacific House, Imperial Way

Reading

RG2 0TD

United Kingdom

Region: UKJ11 - Berkshire

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1


Contracting authority

Ministry of Justice

  • Public Procurement Organisation Number: PDNN-2773-HVYN

102 Petty France

London

SW1H 9AJ

United Kingdom

Region: UKI32 - Westminster

Organisation type: Public authority - central government