Tender

DOJ NIPS Supply and Delivery of Personal Protection Equipment and Consumables 2021

  • Northern Ireland Prison Service

F02: Contract notice

Notice identifier: 2021/S 000-015686

Procurement identifier (OCID): ocds-h6vhtk-02c4b8

Published 7 July 2021, 12:55pm



Section one: Contracting authority

one.1) Name and addresses

Northern Ireland Prison Service

c/o CPD Supplies and Services Division, 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

Tenders or requests to participate must be submitted to the above-mentioned address

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

DOJ NIPS Supply and Delivery of Personal Protection Equipment and Consumables 2021

Reference number

ID3384171

two.1.2) Main CPV code

  • 18143000 - Protective gear

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Northern Ireland Prison Service (NIPS) wishes to establish a contract(s) for the Supply and Delivery of Personal Protective Equipment (PPE) and Consumables. The NIPS requires PPE ranging from protective clothing and safety equipment such as gloves, goggles and ear defenders to medical masks and sanitising equipment to protect staff from hazards that may otherwise cause them harm. For the purposes of this contract and to meet the varied range of items required by the Client, this Tender will be subdivided into the following Lots/contracts:- • Lot 1 – PPE Clothing and Equipment • Lot 2 – PPE Safety Equipment and Consumables NIPS has a common law statutory duty to maintain the health and safety of prisoners, its employees, visitors, contractors and any other person required to enter the prison estate. The following separate, but inter-related, health and safety regulations cover NIPS statutory duties:- 1. The Health and Safety at Work (Northern Ireland) Order 1978; ii. The Personal Protective Equipment at Work Regulations (Northern Ireland) 1993. The NIPS (the Client) wishes to appoint a Contractor(s) to supply and deliver a range of personal protection equipment for distribution within the prison establishments.

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

PPE Clothing and Equipment

Lot No

1

two.2.2) Additional CPV code(s)

  • 35113400 - Protective and safety clothing
  • 18100000 - Occupational clothing, special workwear and accessories
  • 33735100 - Protective goggles
  • 18424300 - Disposable gloves

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

HMP Maghaberry (Lisburn, Co Antrim). HMP Magilligan (Limavady, Co Londonderry). Hydebank Wood College (Belfast, Co Antrim)

two.2.4) Description of the procurement

The Northern Ireland Prison Service (NIPS) wishes to establish a contract(s) for the Supply and Delivery of Personal Protective Equipment (PPE) and Consumables. The NIPS requires PPE ranging from protective clothing and safety equipment such as gloves, goggles and ear defenders to medical masks and sanitising equipment to protect staff from hazards that may otherwise cause them harm. For the purposes of this contract and to meet the varied range of items required by the Client, this Tender will be subdivided into the following Lots/contracts:- • Lot 1 – PPE Clothing and Equipment • Lot 2 – PPE Safety Equipment and Consumables NIPS has a common law statutory duty to maintain the health and safety of prisoners, its employees, visitors, contractors and any other person required to enter the prison estate. The following separate, but inter-related, health and safety regulations cover NIPS statutory duties:- 1. The Health and Safety at Work (Northern Ireland) Order 1978; ii. The Personal Protective Equipment at Work Regulations (Northern Ireland) 1993. The NIPS (the Client) wishes to appoint a Contractor(s) to supply and deliver a range of personal protection equipment for distribution within the prison establishments.

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: £5,000,000

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: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

PPE Safety Equipment and Consumables

Lot No

2

two.2.2) Additional CPV code(s)

  • 35113400 - Protective and safety clothing
  • 18100000 - Occupational clothing, special workwear and accessories
  • 33735100 - Protective goggles
  • 18424300 - Disposable gloves

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

HMP Maghaberry (Lisburn, Co Antrim). HMP Magilligan (Limavady, Co Londonderry). Hydebank Wood College (Belfast, Co Antrim)

two.2.4) Description of the procurement

The Northern Ireland Prison Service (NIPS) wishes to establish a contract(s) for the Supply and Delivery of Personal Protective Equipment (PPE) and Consumables. The NIPS requires PPE ranging from protective clothing and safety equipment such as gloves, goggles and ear defenders to medical masks and sanitising equipment to protect staff from hazards that may otherwise cause them harm. For the purposes of this contract and to meet the varied range of items required by the Client, this Tender will be subdivided into the following Lots/contracts:- • Lot 1 – PPE Clothing and Equipment • Lot 2 – PPE Safety Equipment and Consumables NIPS has a common law statutory duty to maintain the health and safety of prisoners, its employees, visitors, contractors and any other person required to enter the prison estate. The following separate, but inter-related, health and safety regulations cover NIPS statutory duties:- 1. The Health and Safety at Work (Northern Ireland) Order 1978; ii. The Personal Protective Equipment at Work Regulations (Northern Ireland) 1993. The NIPS (the Client) wishes to appoint a Contractor(s) to supply and deliver a range of personal protection equipment for distribution within the prison establishments.

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: £5,000,000

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: No

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

10 August 2021

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: 8 November 2021

four.2.7) Conditions for opening of tenders

Date

10 August 2021

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Since this is a demand-led requirement, neither CPD nor 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, include additional quantum for unforeseen demand and to future proof for additional potential users. 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 special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued.

N/A

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued.

N/A

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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

six.4.4) Service from which information about the review procedure may be obtained

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued.

N/A

Country

United Kingdom