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.2) Joint procurement
The contract is awarded by a central purchasing body
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
NIPS Supply and Delivery of Toiletries and Personal Hygiene Items for Stores and Tuck Shop
Reference number: ID 2519533
II.1.2) Main CPV code
33700000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Northern Ireland Prison Service, (NIPS) and the Youth Justice Agency (YJA) (the Clients) wish to establish a contract for the supply and delivery of a range of toiletry and personal hygiene items. This contract will be subdivided into the following two (2) separate requirements lists:
1) Stores Toiletry and Personal Hygiene Items;
2) Tuck Shop Toiletry and Personal Hygiene Items.
The NIPS and YJA (the Clients) wish to appoint a Contractor to supply and deliver a range of toiletry and personal hygiene items for:
(a) distribution within the prison establishments from the NIPS Stores;
(b) purchase from the Prisoner’s tuckshop at their own expense;
(c) distribution within Woodlands JJC; and
(d) purchase from the JJC tuckshop at the young person’s own expense.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
33700000
II.2.3) Place of performance
NUTS code:
UKN
Main site or place of performance:
HMP Maghaberry Lisburn, Co. AntrimHMP Magilligan Limavady, Co. Londonderry Hydebank Wood College Belfast, Co. Antrim Youth Justice Agency Bangor, Co. Down
II.2.4) Description of the procurement
The Northern Ireland Prison Service, (NIPS) and the Youth Justice Agency (YJA) (the Clients) wish to establish a contract for the supply and delivery of a range of toiletry and personal hygiene items. This contract will be subdivided into the following two (2) separate requirements lists:
1) Stores Toiletry and Personal Hygiene Items;
2) Tuck Shop Toiletry and Personal Hygiene Items.
The NIPS and YJA (the Clients) wish to appoint a contractor to supply and deliver a range of toiletry and personal hygiene items for:
(a) distribution within the prison establishments from the NIPS Stores;
(b) purchase from the Prisoner’s tuckshop at their own expense;
(c) distribution within Woodlands JJC; and
(d) purchase from the JJC tuckshop at the young person’s own expense.
II.2.5) Award criteria
Price
II.2.11) Information about options
Options:
No
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
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:
2019/S 223-546494
Section V: Award of contract
Contract No: 1
Title: Supply and Delivery of Toiletries and Personal Hygiene Items for Stores and Tuck Shop
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
27/07/2020
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
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:
: 1 000 000.00
GBP
V.2.5) Information about subcontracting
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 demand or 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
27/07/2020