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
ID 4088812 - DoJ NIPS - Supply and Delivery of Fresh and Prepared Fruit and Vegetables
II.1.2) Main CPV code
15300000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Northern Ireland Prison Service (NIPS) wishes to establish a contract for the supply and delivery of fresh and prepared fruit and vegetables. The contract will be awarded in lots as set out below: - Lot 1: HM Prison Maghaberry and Hydebank Wood College and Women's Prison - Lot 2: HM Prison Magilligan Tenderers may bid for one or both Lots providing they have the capacity to deliver the requirements as stated in the tender documents.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
2 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1: HM Prison Maghaberry and Hydebank Wood College and Women's Prison
II.2.2) Additional CPV code(s)
03220000
03221000
03221200
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Northern Ireland Prison Service (NIPS) wishes to establish a contract for the supply and delivery of fresh and prepared fruit and vegetables. The contract will be awarded in lots as set out below: - Lot 1: HM Prison Maghaberry and Hydebank Wood College and Women's Prison - Lot 2: HM Prison Magilligan Tenderers may bid for one or both Lots providing they have the capacity to deliver the requirements as stated in the tender documents.
II.2.5) Award criteria
Quality criterion: Supply Chain
/ Weighting: 20
Price
/ Weighting:
80
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
II.2.14) Additional information
Since this is a demand-led requirement, neither CPD nor 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, include additional quantum for unforeseen demand and to future proof for additional potential users. 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 contracts in respect of any parts of the services covered by this notice and iv to award contracts in stages. And under no circumstances will the authority be liable for any costs incurred by Candidates.
Lot No: 2
II.2.1) Title
Lot 2: HM Prison Magilligan
II.2.2) Additional CPV code(s)
03220000
03221000
03221200
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Northern Ireland Prison Service (NIPS) wishes to establish a contract for the supply and delivery of fresh and prepared fruit and vegetables. The contract will be awarded in lots as set out below: - Lot 1: HM Prison Maghaberry and Hydebank Wood College and Women's Prison - Lot 2: HM Prison Magilligan Tenderers may bid for one or both Lots providing they have the capacity to deliver the requirements as stated in the tender documents.
II.2.5) Award criteria
Quality criterion: Supply Chain
/ Weighting: 20
Price
/ Weighting:
80
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
II.2.14) Additional information
Since this is a demand-led requirement, neither CPD nor 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, include additional quantum for unforeseen demand and to future proof for additional potential users. 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 contracts in respect of any parts of the services covered by this notice and iv to award contracts in stages. And under no circumstances will the authority be liable for any costs incurred by Candidates.
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:
2022/S 000-008420
Section V: Award of contract
Lot No: 1
Contract No: 1
Title: Lot 1: HM Prison Maghaberry and Hydebank Wood College and Women's Prison
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/05/2022
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 4
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
E-mail: Justice.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
No
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:
: 1 250 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: 2
Title: Lot 2: HM Prison Magilligan
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/05/2022
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 4
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
E-mail: Justice.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
No
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
Section VI: Complementary information
VI.3) Additional information
Since this is a demand-led requirement, neither CPD nor Northern Ireland Prison Service can provide any guarantee as to the level of business under this contract. The estimated contract value is a broad estimate only and includes additional quantum for unforeseen demand and to future proof. 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 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.
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have such bodies with responsibilities for appeals and mediation procedures
The UK does not have such bodies with responsibilities for appeals and mediation procedures
UK
VI.4.2) Body responsible for mediation procedures
The UK does not have such bodies with responsibilities for appeals and mediation procedures
The UK does not have such bodies with responsibilities for appeals and mediation procedures
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
06/06/2022