Construction Contract Leads
No location provided
Category Goods
Type Contract
No. of Lots 1
Status Complete
Published 1st Sep 2023
Reference | ocds-h6vhtk-03dba2 |
Common Procurement Vocabulary | Firefighting, rescue and safety equipment |
Procurement Method | Open procedure |
Value | - |
No location provided
Category Goods
Type Contract
No. of Lots 1
Status Complete
Published 1st Sep 2023
Reference | ocds-h6vhtk-03dba2 |
Common Procurement Vocabulary | Firefighting, rescue and safety equipment |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
The Northern Ireland Prison Service
c/o CPD, 303 Airport Road West
BELFAST
BT3 9ED
Justice.CPD [at] finance-ni.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.justice-ni.gov.uk/topics/prisons
Buyer's address
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
ID 4573120 - NIPS – Supply, Delivery and Refurbishment of Cell Snatch Rescue Equipment
II.1.2) Main CPV code
- 35110000 - Firefighting, rescue and safety equipment
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 His Majesty’s Prisons in Northern Ireland. The Prison Service operates under the control of the Department of Justice for Northern Ireland. It is governed by the Prison Act (Northern Ireland) 1953 and the Young Offenders Rules (Northern Ireland) 1995. NIPS wish to appoint a contractor for the supply, delivery and refurbishment of Cell Snatch Rescue Equipment (CSRE). NIPS require Cell Snatch Rescue Equipment (CSRE) smoke hoods-type equipment to be deployed on prison landings to provide breathable oxygen for prison officers, which enables them to safely deal with cell fire incidents. These sets were rolled out in 2009 and their use is now mandatory to enable officers to protect their own health and safety and that of affected prisoners under the duty of care that we provide for them. Cell fire incidents with the safe removal of the prisoner from cell is planned for less than 20 minutes. NIPS require the Contractor to refurbish sets, post-incident, and revalidate them, in line with certification requirements. The contract will be for a period of five (5) years.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £250,000
II.2) Description
II.2.2) Additional CPV code(s)
- 35111000 - Firefighting equipment
- 35111100 - Breathing apparatus for firefighting
- 35111400 - Fire escape equipment
- 35111200 - Firefighting materials
II.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
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 His Majesty’s Prisons in Northern Ireland. The Prison Service operates under the control of the Department of Justice for Northern Ireland. It is governed by the Prison Act (Northern Ireland) 1953 and the Young Offenders Rules (Northern Ireland) 1995. NIPS wish to appoint a contractor for the supply, delivery and refurbishment of Cell Snatch Rescue Equipment (CSRE). NIPS require Cell Snatch Rescue Equipment (CSRE) smoke hoods-type equipment to be deployed on prison landings to provide breathable oxygen for prison officers, which enables them to safely deal with cell fire incidents. These sets were rolled out in 2009 and their use is now mandatory to enable officers to protect their own health and safety and that of affected prisoners under the duty of care that we provide for them. Cell fire incidents with the safe removal of the prisoner from cell is planned for less than 20 minutes. NIPS require the Contractor to refurbish sets, post-incident, and revalidate them, in line with certification requirements. The contract will be for a period of five (5) years.
II.2.5) Award criteria
Quality criterion - Name: 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
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the 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: 2023/S 000-017783
Section V. Award of contract
Contract No
1
Title
Contract
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract
24 August 2023
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractor
Withheld for security reasons
Withheld for security reasons
Justice.CPD [at] finance-ni.gov.uk
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
V.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £250,000
Total value of the contract/lot: £250,000
Section VI. Complementary information
VI.3) Additional information
Please note that information relating to contractors engaged by the Northern Ireland Department of Justice, and associated bodies is not published in any publicly accessible forum or publication. This is to protect such contractors, whose security and safety could be threatened by dissident terrorist organisations still active in Northern Ireland if their details became known. This is consistent with Regulation 50(6)(a). 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.
VI.4) Procedures for review
VI.4.1) Review body
he UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions
he UK does not have any special review body with responsibility for appeal/mediation procedures in p
Country
United Kingdom
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 (as amended).