Section one: Contracting authority
one.1) Name and addresses
The Northern Ireland Prison Service
c/o CPD, 303 Airport Road West
BELFAST
BT3 9ED
Country
United Kingdom
Region 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
ID 4859781 - DoJ - NIPS - Provision of a Transport Shuttle Service for HMP Maghaberry for the Northern Ireland Prison Service
two.1.2) Main CPV code
- 60120000 - Taxi services
two.1.3) Type of contract
Services
two.1.4) Short description
The Northern Ireland Prison Service (NIPS) wishes to establish a contract to transport passengers on return journeys between Moira Train Station and the Visitors’ Welcome Centre at Maghaberry Prison at times to accommodate visiting sessions or to deliver/collect items each day from Tuesday to Saturday. This is a single journey distance of approximately 3 miles. The Contractor will pick up passengers at Moira Train Station at 10.05 and 13.35 each day, Tuesday to Saturday, to transport them to the Visitors’ Welcome Centre, Maghaberry Prison. The Contractor will also collect passengers from the Visitors’ Welcome Centre at 12.45 and 16.45 each day, Tuesday to Saturday, and deliver them back to Moira Train Station. The shuttle service must be sufficiently flexible to allow for any operational change/delay within the prison. It is anticipated that this Contract will commence on 29 August 2023 for a duration of five (5) years with no options to extend beyond this term. Please refer to the specification document for full details of the requirement.
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 60130000 - Special-purpose road passenger-transport services
- 60100000 - Road transport services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Northern Ireland Prison Service (NIPS) wishes to establish a contract to transport passengers on return journeys between Moira Train Station and the Visitors’ Welcome Centre at Maghaberry Prison at times to accommodate visiting sessions or to deliver/collect items each day from Tuesday to Saturday. This is a single journey distance of approximately 3 miles. The Contractor will pick up passengers at Moira Train Station at 10.05 and 13.35 each day, Tuesday to Saturday, to transport them to the Visitors’ Welcome Centre, Maghaberry Prison. The Contractor will also collect passengers from the Visitors’ Welcome Centre at 12.45 and 16.45 each day, Tuesday to Saturday, and deliver them back to Moira Train Station. The shuttle service must be sufficiently flexible to allow for any operational change/delay within the prison. It is anticipated that this Contract will commence on 29 August 2023 for a duration of five (5) years with no options to extend beyond this term. Please refer to the specification document for full details of the requirement.
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: £200,000
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
24 July 2023
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: 22 October 2023
four.2.7) Conditions for opening of tenders
Date
24 July 2023
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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 contracts 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 tenderers.
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
The UK does not have any special review body with responsibility for appeal/mediation procedures
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review 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 regarding alleged breaches of the Public Contracts Regulations 2015 (as amended).