Opportunity

ID 5279337 - DoJ - NIPS - Supply and Delivery of Mattresses

  • The Northern Ireland Prison Service

F02: Contract notice

Notice reference: 2024/S 000-012468

Published 17 April 2024, 11:18am



Section one: Contracting authority

one.1) Name and addresses

The Northern Ireland Prison Service

c/o CPD, 303 Airport Road West

BELFAST

BT3 9ED

Email

Justice.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.justice-ni.gov.uk/topics/prisons

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID 5279337 - DoJ - NIPS - Supply and Delivery of Mattresses

two.1.2) Main CPV code

  • 39143112 - Mattresses

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Northern Ireland Prison Service (NIPS) is an Executive agency of the Department of Justice NI (DOJNI) and is responsible for the management of His Majesty's Prisons in Northern Ireland. The Prison Service operates under the control of the Department of Justice for Northern Ireland. It is governed by the Prison Act (Northern Ireland) 1953 and the Prison and Young Offenders Rules (Northern Ireland) 1995. There are three Prisons in Northern Ireland, which comprise of Maghaberry and Magilligan, accommodating adult male prisoners, and Hydebank Wood College, which accommodates both male and female students. The Northern Ireland Prison Service wishes to establish a contract for the supply and delivery of mattresses for prison cells. Further information on the requirements can be found within the Specification. The contract is for a period of five (5) years with options to extend beyond this time for any period or periods up to and including an additional 60 months.

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 39143112 - Mattresses

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Northern Ireland Prison Service (NIPS) is an Executive agency of the Department of Justice NI (DOJNI) and is responsible for the management of His Majesty's Prisons in Northern Ireland. The Prison Service operates under the control of the Department of Justice for Northern Ireland. It is governed by the Prison Act (Northern Ireland) 1953 and the Prison and Young Offenders Rules (Northern Ireland) 1995. There are three Prisons in Northern Ireland, which comprise of Maghaberry and Magilligan, accommodating adult male prisoners, and Hydebank Wood College, which accommodates both male and female students. The Northern Ireland Prison Service wishes to establish a contract for the supply and delivery of mattresses for prison cells. Further information on the requirements can be found within the Specification. The contract is for a period of five (5) years with options to extend beyond this time for any period or periods up to and including an additional 60 months.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for an initial period of five (5) years with options to extend beyond this time for any period or periods up to and including an additional 60 months.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

20 May 2024

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 18 August 2024

four.2.7) Conditions for opening of tenders

Date

20 May 2024

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Neither CPD nor the Northern Ireland Prison Service can provide any guarantee as to the level of business under this contract. The estimated contract values are broad estimates only; they include additional quantum for unforeseen demand and to future proof. The estimates are not deemed to be a condition of contract nor a guarantee of minimum demand or uptake. No compensation will be payable to a contractor should the actual demand be less than that. stated. Contract monitoring: the successful Contractor(s) performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a Contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a notice of written warning and notice of unsatisfactory performance, and this contract may be terminated. The issue of a notice of written warning and notice of unsatisfactory performance will result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of up to 3 years from the date of issue of the notice. The Authority expressly reserves the rights: (i) not to award any contract as a result of the procurement process commenced by publication of this notice; (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; (iii) to award (a) contract(s) in respect of any part(s) of the services covered by this notice; and (iv) to award contract(s) in stages. And under no circumstances will the Authority be liable for any costs incurred by Candidates.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.

N/A

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.