Awarded contract

NIPS - Supply and Delivery of Inmates Clothing

  • The Northern Ireland Prison Service

F03: Contract award notice

Notice reference: 2023/S 000-037547

Published 20 December 2023, 4:15pm



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

NIPS - Supply and Delivery of Inmates Clothing

Reference number

ID 4906780

two.1.2) Main CPV code

  • 18000000 - Clothing, footwear, luggage articles and accessories

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Northern Ireland Prison Service (NIPS) wish to establish a contract(s) for supply and delivery of a range of inmates clothing and anti-ligature items. Under this contract, the Contractor(s) will be required to supply and deliver a range of clothing and items as specified in Section 5.0 of the Specification and the Pricing Schedule. NIPS require the Contractor(s) to supply the required clothing whilst aiming to standardise products wherever possible. NIPS require the Contractor(s) to take a proactive approach in meeting this objective. NIPS supplies basic clothing to young people, men and women held in custody as part of its business as usual activities across the prisons estate. The size, make-up and location of the prison population are subject to change and often at very short notice. The average daily population within the NIPS Prisons during the first quarter of 2023 was approximately 1,500. NIPS also require a range of anti-ligature clothing and accessories under Safer Custody Regulations for use by wearers considered to be at high risk of injury from self-harm. The requirement has been split into two Lots. Lot 1 comprises of three Sections and Lot 2 comprises of a single Section: Lot 1 • Section A – Male Clothing • Section B – Workwear Clothing • Section C – Female Clothing Lot 2 • Section D – Anti-ligature Clothing and Accessories

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: £710,000

two.2) Description

two.2.1) Title

Lot 1 / General Inmate Clothing

Lot No

1

two.2.2) Additional CPV code(s)

  • 18420000 - Clothing accessories
  • 18100000 - Occupational clothing, special workwear and accessories
  • 35113400 - Protective and safety clothing
  • 18110000 - Occupational clothing
  • 18113000 - Industrial clothing

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

3 Northern Ireland locations: Maghaberry, Magilligan, Hydebank Wood College

two.2.4) Description of the procurement

The Northern Ireland Prison Service (NIPS) wish to establish a contract(s) for supply and delivery of a range of inmates clothing and anti-ligature items. Under this contract, the Contractor(s) will be required to supply and deliver a range of clothing and items as specified in Section 5.0 of the Specification and the Pricing Schedule. NIPS require the Contractor(s) to supply the required clothing whilst aiming to standardise products wherever possible. NIPS require the Contractor(s) to take a proactive approach in meeting this objective. NIPS supplies basic clothing to young people, men and women held in custody as part of its business as usual activities across the prisons estate. The size, make-up and location of the prison population are subject to change and often at very short notice. The average daily population within the NIPS Prisons during the first quarter of 2023 was approximately 1,500. NIPS also require a range of anti-ligature clothing and accessories under Safer Custody Regulations for use by wearers considered to be at high risk of injury from self-harm. The requirement has been split into two Lots. Lot 1 comprises of three Sections and Lot 2 comprises of a single Section: Lot 1 • Section A – Male Clothing • Section B – Workwear Clothing • Section C – Female Clothing Lot 2 • Section D – Anti-ligature Clothing and Accessories

two.2.5) Award criteria

Quality criterion - Name: Qualitative criteria as stated in the tender documentation / Weighting: 25

Price - Weighting: 75

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 / Anti-Ligature Clothing

Lot No

2

two.2.2) Additional CPV code(s)

  • 18420000 - Clothing accessories
  • 18100000 - Occupational clothing, special workwear and accessories
  • 35113400 - Protective and safety clothing
  • 18110000 - Occupational clothing
  • 18113000 - Industrial clothing

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

3 Northern Ireland locations: Maghaberry, Magilligan, Hydebank Wood College

two.2.4) Description of the procurement

The Northern Ireland Prison Service (NIPS) wish to establish a contract(s) for supply and delivery of a range of inmates clothing and anti-ligature items. Under this contract, the Contractor(s) will be required to supply and deliver a range of clothing and items as specified in Section 5.0 of the Specification and the Pricing Schedule. NIPS require the Contractor(s) to supply the required clothing whilst aiming to standardise products wherever possible. NIPS require the Contractor(s) to take a proactive approach in meeting this objective. NIPS supplies basic clothing to young people, men and women held in custody as part of its business as usual activities across the prisons estate. The size, make-up and location of the prison population are subject to change and often at very short notice. The average daily population within the NIPS Prisons during the first quarter of 2023 was approximately 1,500. NIPS also require a range of anti-ligature clothing and accessories under Safer Custody Regulations for use by wearers considered to be at high risk of injury from self-harm. The requirement has been split into two Lots. Lot 1 comprises of three Sections and Lot 2 comprises of a single Section: Lot 1 • Section A – Male Clothing • Section B – Workwear Clothing • Section C – Female Clothing Lot 2 • Section D – Anti-ligature Clothing and Accessories

two.2.5) Award criteria

Quality criterion - Name: Qualitative criteria as stated in the tender documentation / Weighting: 25

Price - Weighting: 75

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 000-027923


Section five. Award of contract

Contract No

1

Lot No

1

Title

Lot 1 / General Inmate Clothing

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 December 2023

five.2.2) Information about tenders

Number of tenders received: 2

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: 2

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

BT3 9ED

Email

justice.cpd@finance-ni.gov.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://www.finance-ni.gov.uk/topics/procurement

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: £650,000

Total value of the contract/lot: £650,000


Section five. Award of contract

Contract No

2

Lot No

2

Title

Lot 2 / Anti-Ligature Clothing

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 December 2023

five.2.2) Information about tenders

Number of tenders received: 2

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: 2

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

BT3 9ED

Email

justice.cpd@finance-ni.gov.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://www.finance-ni.gov.uk/topics/procurement

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: £60,000

Total value of the contract/lot: £60,000


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 values listed are broad estimates only and include 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 estimates are not deemed to be conditions 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 contractors' 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. On this occasion there was no need to incorporate a standstill period (i.e a minimum of 10 calendar days) at the point information on the awards of the contracts was communicated to tenderers - as there was only one bid received per lot.