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.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 Meat and Poultry 2025
two.1.2) Main CPV code
- 15110000 - Meat
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 (NIPS) wishes to establish a contract(s) for the supply and delivery of of Meat and Poultry items. The requirement has been split into seven Lots: • Lot 1 – Fresh Beef, Lot 2 – Fresh Pork, Lot 3 – Fresh Lamb, Lot 4 – Fresh Poultry, Lot 5 – Frozen Meat Products, Lot 6 – Cooked Meat Products, Lot 7 – Processed Meat Products. The contract will be for a period of five (5) years with no options to extend beyond this point.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £2,000,000
two.2) Description
two.2.1) Title
Lot 1 Fresh Beef
Lot No
1
two.2.2) Additional CPV code(s)
- 15112000 - Poultry
two.2.3) Place of performance
NUTS codes
- UKN0 - 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 (NIPS) wishes to establish a contract(s) for the supply and delivery of of Meat and Poultry items. The requirement has been split into seven Lots: • Lot 1 – Fresh Beef, Lot 2 – Fresh Pork, Lot 3 – Fresh Lamb, Lot 4 – Fresh Poultry, Lot 5 – Frozen Meat Products, Lot 6 – Cooked Meat Products, Lot 7 – Processed Meat Products. The contract will be for a period of five (5) years with no options to extend beyond this point.
two.2.5) Award criteria
Quality criterion - Name: AC1 Quality Control / Weighting: 10
Quality criterion - Name: AC2 Contract Management / Weighting: 5
Quality criterion - Name: AC3 Delivery / Weighting: 5
Quality criterion - Name: AC4 - Supply Chain, Human Rights and Modern Slavery / Weighting: 10
Price - Weighting: 70
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
Lot 2 Fresh Pork
Lot No
2
two.2.2) Additional CPV code(s)
- 15112000 - Poultry
two.2.3) Place of performance
NUTS codes
- UKN0 - 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 (NIPS) wishes to establish a contract(s) for the supply and delivery of of Meat and Poultry items. The requirement has been split into seven Lots: • Lot 1 – Fresh Beef, Lot 2 – Fresh Pork, Lot 3 – Fresh Lamb, Lot 4 – Fresh Poultry, Lot 5 – Frozen Meat Products, Lot 6 – Cooked Meat Products, Lot 7 – Processed Meat Products. The contract will be for a period of five (5) years with no options to extend beyond this point.
two.2.5) Award criteria
Quality criterion - Name: AC1 Quality Control / Weighting: 10
Quality criterion - Name: AC2 Contract Management / Weighting: 5
Quality criterion - Name: Contingency Arrangements and Delivery / Weighting: 5
Quality criterion - Name: Supply Chain, Human Rights and Modern Slavery / Weighting: 10
Price - Weighting: 70
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
Lot 3 Fresh Lamb
Lot No
3
two.2.2) Additional CPV code(s)
- 15112000 - Poultry
two.2.3) Place of performance
NUTS codes
- UKN0 - 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 (NIPS) wishes to establish a contract(s) for the supply and delivery of of Meat and Poultry items. The requirement has been split into seven Lots: • Lot 1 – Fresh Beef, Lot 2 – Fresh Pork, Lot 3 – Fresh Lamb, Lot 4 – Fresh Poultry, Lot 5 – Frozen Meat Products, Lot 6 – Cooked Meat Products, Lot 7 – Processed Meat Products. The contract will be for a period of five (5) years with no options to extend beyond this point.
two.2.5) Award criteria
Quality criterion - Name: AC1 Quality Control / Weighting: 10
Quality criterion - Name: AC2 Contract Management / Weighting: 5
Quality criterion - Name: AC3 Contingency Arrangements and Delivery / Weighting: 5
Quality criterion - Name: AC4 Supply Chain, Human Rights and Modern Slavery / Weighting: 10
Price - Weighting: 70
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
Lot 4 Fresh Poultry
Lot No
4
two.2.2) Additional CPV code(s)
- 15112000 - Poultry
two.2.3) Place of performance
NUTS codes
- UKN0 - 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 (NIPS) wishes to establish a contract(s) for the supply and delivery of of Meat and Poultry items. The requirement has been split into seven Lots: • Lot 1 – Fresh Beef, Lot 2 – Fresh Pork, Lot 3 – Fresh Lamb, Lot 4 – Fresh Poultry, Lot 5 – Frozen Meat Products, Lot 6 – Cooked Meat Products, Lot 7 – Processed Meat Products. The contract will be for a period of five (5) years with no options to extend beyond this point.
two.2.5) Award criteria
Quality criterion - Name: AC1 Quality Control / Weighting: 10
Quality criterion - Name: AC2 Contract Management / Weighting: 5
Quality criterion - Name: AC3 Contingency Arrangements and Delivery / Weighting: 5
Quality criterion - Name: AC4 Supply Chain, Human Rights and Modern Slavery / Weighting: 10
Price - Weighting: 70
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
Lot 5 Frozen Meat Products Fresh Pork
Lot No
5
two.2.2) Additional CPV code(s)
- 15112000 - Poultry
two.2.3) Place of performance
NUTS codes
- UKN0 - 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 (NIPS) wishes to establish a contract(s) for the supply and delivery of of Meat and Poultry items. The requirement has been split into seven Lots: • Lot 1 – Fresh Beef, Lot 2 – Fresh Pork, Lot 3 – Fresh Lamb, Lot 4 – Fresh Poultry, Lot 5 – Frozen Meat Products, Lot 6 – Cooked Meat Products, Lot 7 – Processed Meat Products. The contract will be for a period of five (5) years with no options to extend beyond this point.
two.2.5) Award criteria
Quality criterion - Name: AC1 Quality Control / Weighting: 10
Quality criterion - Name: AC2 Contract Management / Weighting: 5
Quality criterion - Name: AC3 Contingency Arrangements and Delivery / Weighting: 5
Quality criterion - Name: AC4 Supply Chain, Human Rights and Modern Slavery / Weighting: 10
Price - Weighting: 70
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
Lot 6 Cooked Meat Products
Lot No
6
two.2.2) Additional CPV code(s)
- 15112000 - Poultry
two.2.3) Place of performance
NUTS codes
- UKN0 - 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 (NIPS) wishes to establish a contract(s) for the supply and delivery of of Meat and Poultry items. The requirement has been split into seven Lots: • Lot 1 – Fresh Beef, Lot 2 – Fresh Pork, Lot 3 – Fresh Lamb, Lot 4 – Fresh Poultry, Lot 5 – Frozen Meat Products, Lot 6 – Cooked Meat Products, Lot 7 – Processed Meat Products. The contract will be for a period of five (5) years with no options to extend beyond this point.
two.2.5) Award criteria
Quality criterion - Name: AC1 Quality Control / Weighting: 10
Quality criterion - Name: AC2 Contract Management / Weighting: 5
Quality criterion - Name: AC3 Contingency Arrangements and Delivery / Weighting: 5
Quality criterion - Name: AC4 Supply Chain, Human Rights and Modern Slavery / Weighting: 10
Price - Weighting: 70
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
Lot 7 Processed Meat Products
Lot No
7
two.2.2) Additional CPV code(s)
- 15112000 - Poultry
two.2.3) Place of performance
NUTS codes
- UKN0 - 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 (NIPS) wishes to establish a contract(s) for the supply and delivery of of Meat and Poultry items. The requirement has been split into seven Lots: • Lot 1 – Fresh Beef, Lot 2 – Fresh Pork, Lot 3 – Fresh Lamb, Lot 4 – Fresh Poultry, Lot 5 – Frozen Meat Products, Lot 6 – Cooked Meat Products, Lot 7 – Processed Meat Products. The contract will be for a period of five (5) years with no options to extend beyond this point.
two.2.5) Award criteria
Quality criterion - Name: AC1 Quality Control / Weighting: 10
Quality criterion - Name: AC2 Contract Management / Weighting: 5
Quality criterion - Name: AC3 Contingency Arrangements and Delivery / Weighting: 5
Quality criterion - Name: AC4 Supply Chain, Human Rights and Modern Slavery / Weighting: 10
Price - Weighting: 70
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-035499
Section five. Award of contract
Contract No
1
Lot No
1
Title
Lot 1 Fresh Beef
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 April 2025
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Information withheld for security reasons
Information withheld for security reasons
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £500,000
Total value of the contract/lot: £500,000
Section five. Award of contract
Contract No
2
Lot No
2
Title
Lot 2 Fresh Pork
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 April 2025
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Information withheld for security reasons
Information withheld for security reasons
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £50,000
Total value of the contract/lot: £50,000
Section five. Award of contract
Contract No
3
Lot No
3
Title
Lot 3 Fresh Lamb
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 April 2025
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Information withheld for security reasons
Information withheld for security reasons
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £50,000
Total value of the contract/lot: £50,000
Section five. Award of contract
Contract No
4
Lot No
4
Title
Lot 4 Fresh Poultry
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 April 2025
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Information withheld for security reasons
Information withheld for security reasons
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £400,000
Total value of the contract/lot: £400,000
Section five. Award of contract
Contract No
5
Lot No
5
Title
Lot 5 Frozen Meat Products Fresh Pork
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 April 2025
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Information withheld for security reasons
Information withheld for security reasons
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £400,000
Total value of the contract/lot: £400,000
Section five. Award of contract
Contract No
6
Lot No
6
Title
Lot 6 Cooked Meat Products
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 April 2025
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Information withheld for security reasons
Information withheld for security reasons
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £350,000
Total value of the contract/lot: £350,000
Section five. Award of contract
Contract No
7
Lot No
7
Title
Lot 7 Processed Meat Products
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 April 2025
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Information withheld for security reasons
Information withheld for security reasons
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £250,000
Total value of the contract/lot: £250,000
Section six. Complementary information
six.3) Additional information
Please note that information relating to contractors engaged by the Northern Ireland Department of Justice, and associated bodies, is not published in any publicly accessible forum or publication. This is to protect such contractors, whose security and safety could be threatened by dissident terrorist organisations still active in Northern Ireland if their details became known. This is consistent with Regulation 50(6)(a). The contract value listed is a broad estimate only and includes additional quantum for unforeseen demand and to future proof for additional potential. There is no guarantee of any level of business under this contract. The estimate is 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 this contract will be managed as per specification and 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 Construction and Procurement Delivery 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.
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 complied with the Public Contracts Regulations 2015 (as amended), and incorporated a standstill period at the point information on the awards of the contracts was communicated to tenderers. Those notifications provided full information on the award decision. This provided time for unsuccessful tenderers to challenge the award. decision before the contracts were entered into.