Contract notice
Section I: Contracting 
        authority        
      
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
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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: ID 2719133
  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.1.5) Estimated total value
  Value excluding VAT: 
			750 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
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
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.6) Estimated value
    Value excluding VAT: 
			750 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 180
    
                  This contract is subject to renewal: No
                
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    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 of the 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.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              02/03/2020
  
                Local time: 15:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.2.6) Minimum time frame during which the tenderer must maintain the tender
  
                Tender must be valid until:
                31/05/2020
  IV.2.7) Conditions for opening of tenders
  
              Date:
              02/03/2020
  
              Local time: 15:30
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Since this is a demand-led requirement, neither CPD nor NIPS/PSNI can provide any guarantee as to the level of business under this contract. 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 12 months 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.
VI.4) Procedures for review
  VI.4.1) Review body
  
    The UK does not have any such bodies with responsibility for appeal/mediation procedures
    The UK does not have any such bodies with responsibility for appeal/mediation procedures
    UK
   
  VI.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.
 
VI.5) Date of dispatch of this notice
14/02/2020