Contract

ID 5511315 - DoJ NIPS - Supply and Delivery of Mattresses

  • The Northern Ireland Prison Service

F03: Contract award notice

Notice identifier: 2024/S 000-039197

Procurement identifier (OCID): ocds-h6vhtk-049677

Published 5 December 2024, 10:58am



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.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 5511315 - DoJ NIPS - Supply and Delivery of Mattresses

Reference number

ID 5511315

two.1.2) Main CPV code

  • 39143112 - Mattresses

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 wishes to establish a contract for the supply and delivery of mattresses for prison cells. Further information on the requirements can be found within the Specification. The contract is for a period of five (5) years with options to extend beyond this time for any period or periods up to and including an additional 60 months.

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: £1,500,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 39143112 - Mattresses

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 wishes to establish a contract for the supply and delivery of mattresses for prison cells. Further information on the requirements can be found within the Specification. The contract is for a period of five (5) years with options to extend beyond this time for any period or periods up to and including an additional 60 months.

two.2.5) Award criteria

Quality criterion - Name: Qualitative / Weighting: 55

Cost criterion - Name: Quantitative / Weighting: 45

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for an initial period of five 5 years with options to extend beyond this time for any period orperiods up to and including an additional 60 months.

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 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods as detailed in the tender documents. This figure does not however take into account the application of indexation. 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 orany 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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-027637


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

3 December 2024

five.2.2) Information about tenders

Number of tenders received: 3

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: 3

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

Belfast

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

No

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

Initial estimated total value of the contract/lot: £1,500,000

Total value of the contract/lot: £1,500,000


Section six. Complementary information

six.3) Additional information

Neither CPD nor the 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; they include additional quantum for unforeseen demand and to future proof. 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) 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 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 has incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision and provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.