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 Notice

DoJ NIPS X-Ray Scanners and Metal Detection Walkthrough Archways

  • First published: 18 February 2020
  • Last modified: 18 February 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:
18 February 2020
Deadline date:
02 March 2020
Notice type:
Contract 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 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

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.