Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

DoJ NIPS X-Ray Scanners and Metal Detection Walkthrough Archways

  • First published: 07 April 2020
  • Last modified: 07 April 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Northern Ireland Prison Service
Authority ID:
AA78223
Publication date:
07 April 2020
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Northern Ireland Prison Service (NIPS) is an Executive agency of the Department of Justice NI (DOJNI) and is responsible for the management of Her Majesty’s Prisons in Northern Ireland. Prison Rules (NI) 1995 give authority to the Governor to put in place procedures for the searching of people and goods entering the prison and for the searching of people in custody. The NIPS currently have 24 X-ray and metal detection machines in use at Maghaberry, Magilligan and Hydebank Wood College. These are conveyer X-ray scanners which are used for the checking of bags and packages, and walkthrough archways used to detect metal items on persons entering the prison or specified areas of the prison. As the current equipment was purchased many years ago, ongoing maintenance is no longer a viable or economic option. Additionally, developments in the technology involved in the intervening period means that NIPS now wish to purchase new equipment with market leading technology to replace the existing equipment thus ensuring, where practicable, access to all available means of detecting illegal and unauthorised articles entering our establishments. The contract will also include an annual maintenance agreement.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Northern Ireland Prison Service

c/o CPD Supplies and Services Division, 303 Airport Road West

Belfast

BT3 9ED

UK

E-mail: justice.cpd@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.justice-ni.gov.uk/topics/prisons

Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement

I.1) Name and addresses

Police Service of Northern Ireland

c/o CPD Supplies and Services Division, 303 Airport Road West

Belfast

BT3 9ED

UK

E-mail: justice.cpd@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.psni.police.uk/

Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement

I.2) Joint procurement

The contract involves joint procurement

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DoJ NIPS X-Ray Scanners and Metal Detection Walkthrough Archways

Reference number: ID2719133

II.1.2) Main CPV code

33111000

 

II.1.3) Type of contract

Supplies

II.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 Her Majesty’s Prisons in Northern Ireland. Prison Rules (NI) 1995 give authority to the Governor to put in place procedures for the searching of people and goods entering the prison and for the searching of people in custody. The NIPS currently have 24 X-ray and metal detection machines in use at Maghaberry, Magilligan and Hydebank Wood College. These are conveyer X-ray scanners which are used for the checking of bags and packages, and walkthrough archways used to detect metal items on persons entering the prison or specified areas of the prison. As the current equipment was purchased many years ago, ongoing maintenance is no longer a viable or economic option. Additionally, developments in the technology involved in the intervening period means that NIPS now wish to purchase new equipment with market leading technology to replace the existing equipment thus ensuring, where practicable, access to all available means of detecting illegal and unauthorised articles entering our establishments. The contract will also include an annual maintenance agreement.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 750 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

35124000

II.2.3) Place of performance

NUTS code:

UKN


Main site or place of performance:

HMP Maghaberry Lisburn, Co. Antrim, HMP Magilligan Limavady, Co. Londonderry, Hydebank Wood College Belfast, Co. Antrim

II.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 Her Majesty’s Prisons in Northern Ireland. Prison Rules (NI) 1995 give authority to the Governor to put in place procedures for the searching of people and goods entering the prison and for the searching of people in custody. The NIPS currently have 24 X-ray and metal detection machines in use at Maghaberry, Magilligan and Hydebank Wood College. These are conveyer X-ray scanners which are used for the checking of bags and packages, and walkthrough archways used to detect metal items on persons entering the prison or specified areas of the prison. As the current equipment was purchased many years ago, ongoing maintenance is no longer a viable or economic option. Additionally, developments in the technology involved in the intervening period means that NIPS now wish to purchase new equipment with market leading technology to replace the existing equipment thus ensuring, where practicable, access to all available means of detecting illegal and unauthorised articles entering our establishments. The contract will also include an annual maintenance agreement.

II.2.5) Award criteria

Quality criterion: AC1 Contract management / Weighting: 20

Quality criterion: AC2 Contingency arrangements-disaster recovery plan / Weighting: 10

Cost criterion: AC3 Price – X-ray scanners / Weighting: 15

Cost criterion: AC4 Price – Metal detecting archways / Weighting: 15

Cost criterion: AC5 Price – Training / Weighting: 10

Cost criterion: AC6 Price – Removal and disposal of existing equipment / Weighting: 10

Cost criterion: AC7 Price – Maintenance and repair of new equipment / Weighting: 10

Cost criterion: AC8 Price – Maintenance and repair of existing equipment / Weighting: 10

II.2.11) Information about options

Options: Yes

Description of options:

Initial period 5 years: purchase and maintenance of new equipment, maintenance of existing equipment until phased out. Unit prices will be reviewed annually, all maintenance rates will be fixed for the full 5 years. Extensions potentially 10 x 1 year, reviewed annually: maintenance only of new equipment purchased during initial period.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure - Accelerated procedure

Justification:

Client has secured time-limited funding to purchase new equipment. This equipment is a constituent part ofthe client's overall security strategy, which is in place to, among other aims, deter anyone from introducing prohibited or unauthorised items into NIPS establishments that may in turn threaten good order and security within these establishments. It will detect prohibited or unauthorised items and endeavour to deprive prisoners of their use and to keep everyone living and working in these establishments as safely as possible.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 034-081696

Section V: Award of contract

Contract No: 1

Title: Contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/03/2020

V.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from EU Member States: 2

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

V.2.3) Name and address of the contractor

Information withheld for security reasons

Information withheld for security reasons

UK

NUTS: UK

The contractor is an SME: Yes

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 750 000.00  GBP

V.2.5) Information about subcontracting

The contract is likely to be subcontracted

Section VI: Complementary information

VI.3) Additional information

The estimated contract value is a broad estimate only and includes additional quantum for unforeseen demand and to future proof for additional potential DoJ users. 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 demandor uptake. No compensation will be payable to a contractor should the actual demand be less than that stated.. The successful contractor’s performance on this contract will be managed as per specification and regularly monitored (see Procurement Guidance Note 01/12 Contract Management: https://www.finance-ni.gov.uk/sites/default/ files/publications/dfp/PGN-01012-Contract-Management-Principles-Procedures-25-Sept-2017.PDF).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.

VI.4) Procedures for review

VI.4.1) Review body

See VI.4.3 / Review procedure

See VI.4.3 / Review procedure

UK

VI.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.

VI.5) Date of dispatch of this notice

02/04/2020

Coding

Commodity categories

ID Title Parent category
35124000 Metal detectors Surveillance and security systems and devices
33111000 X-ray devices Imaging equipment for medical, dental and veterinary use

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
justice.cpd@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.