Tender

DOJ - NIPS Supply and Delivery of Gym Equipment 2024

  • The Northern Ireland Prison Service

F02: Contract notice

Notice identifier: 2024/S 000-021142

Procurement identifier (OCID): ocds-h6vhtk-047c69

Published 10 July 2024, 4:11pm



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

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 Gym Equipment 2024

Reference number

ID 5366190

two.1.2) Main CPV code

  • 37300000 - Musical instruments and parts

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Northern Ireland Prison Service wish to procure a cost efficient Supply, Delivery, Maintenance and Repair of Sports, Fitness and Gym Equipment. The equipment provided must be fit for purpose and of full commercial grade quality due to the high usage level. The equipment and facilities are located within 4 prison establishments throughout Northern Ireland at Hydebank Wood College and Women’s Prison, HM Prison Maghaberry, HM Prison Magilligan and Prisoner Assessment Unit. The new contract will remain in place for a period of 5 years with no further options to extend.

two.1.5) Estimated total value

Value excluding VAT: £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)

  • 37420000 - Gymnasium equipment
  • 37416000 - Leisure equipment

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The Northern Ireland Prison Service wish to procure a cost efficient Supply, Delivery, Maintenance and Repair of Sports, Fitness and Gym Equipment. The equipment provided must be fit for purpose and of full commercial grade quality due to the high usage level. The equipment and facilities are located within 4 prison establishments throughout Northern Ireland at Hydebank Wood College and Women’s Prison, HM Prison Maghaberry, HM Prison Magilligan and Prisoner Assessment Unit. The new contract will remain in place for a period of 5 years with no further options to extend.

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: £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: 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.2.14) Additional information

Contract Value. The figure indicated in Section II 1.5 and II.2.6 represents an estimated contract value. This value reflects the potential scale of the contract over the contract term and the uptake of any potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation etc. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall. have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them. .


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

12 August 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: 10 November 2024

four.2.7) Conditions for opening of tenders

Date

12 August 2024

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

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.4.3) Review procedure

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.