Awarded contract

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

  • The Northern Ireland Prison Service

F03: Contract award notice

Notice reference: 2023/S 000-023902

Published 15 August 2023, 2:23pm



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

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.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.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £200,000

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

Quality criterion - Name: Methodology and Contingency Arrangements / Weighting: 19.5

Quality criterion - Name: Social Value / Weighting: 10.5

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: 2023/S 000-017802


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 August 2023

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

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: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Withheld for security reasons

Withheld for security reasons

Email

Justice.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £200,000

Total value of the contract/lot: £200,000


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). 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.

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

The UK does not have any special review body with responsibility for appeal/mediation procedures in

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) .