Tender

ID 4859781 - DoJ - NIPS - Provision of a Transport Shuttle Service for HMP Maghaberry for the Northern Ireland Prison Service

  • The Northern Ireland Prison Service

F02: Contract notice

Notice identifier: 2023/S 000-017802

Procurement identifier (OCID): ocds-h6vhtk-03dbaf

Published 22 June 2023, 2:08pm



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

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).