Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Northern Ireland Prison Service
c/o Construction and Procurement Delivery, Clare House, 303 Airport Road West
Belfast
BT3 9ED
UK
E-mail: justice.cpd@finance-ni.gov.uk
NUTS: UKN
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.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 Supply and Delivery of Personal Protection Equipment (PPE)
Reference number: DOJDAC 11/20
II.1.2) Main CPV code
35113400
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Coronavirus pandemic is unprecedented and could not have been anticipated and the safety of officers and staff within the prison estate is critical. This type of equipment, i.e. surgical masks, respirator masks, filters, alcohol based sanitiser, etc., is not required by prison staff during normal conditions but under the current situation is vital to protect staff.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
400 000.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKN
Main site or place of performance:
NI prison service locations at Maghaberry, Hydebank Wood, Magilligan.
II.2.4) Description of the procurement
Procurement of a range of personal protective equipment (PPE) suitable to ensure the safety of officers and staff within the prison estate during the Covid-19 pandemic.
II.2.5) Award criteria
Price
II.2.11) Information about options
Options:
Yes
Description of options:
6 month initial period plus a 6-month option to extend.
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
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the Directive
Explanation
The Coronavirus pandemic is unprecedented and could not have been anticipated and the safety of officers and staff within the prison estate is critical. This type of equipment, i.e. surgical masks, respirator masks, filters, alcohol based sanitiser, etc., is not required by prison staff during normal conditions but under the current situation is vital to protect staff. The prevailing circumstances mean that NIPS are unable to test the market in the usual manner due to the speed of the pandemic therefore urgent action is required to respond to the crisis and provide the protective clothing and necessary equipment and cleansing products to keep the prisons running.
There are derogations under the regulations to award a contract to a single supplier where the supplies or services can only be supplied by a particular supplier under Regulation 32(2)(c), in this instance insofar as is strictly necessary where, for reasons of extreme urgency brought about by events unforeseeable by the contracting authority, the time limits for the open or restricted procedures or competitive procedures with negotiation cannot be complied with. The current Covid-19 crisis has left NIPS staff exposed and the safety of their officers and staff within the prison estate is critical and they require life protecting PPE.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract
Title: DOJDAC 11/20 NIPS Supply and Delivery of Personal Protection Equipment (PPE)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
25/03/2020
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
As per Regulation 50(6)(a) — information withheld for security reasons
As per Regulation 50(6)(a) — 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)
Total value of the contract/lot:
: 400 000.00
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. 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 1/12 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.4.2) Body responsible for mediation procedures
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
26/05/2020