
Market Leads & Opportunities
United Kingdom-BELFAST: DOJ NIPS Supply and Delivery of Personal Protection Equipment and Consumables 2021
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-015686/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Mixed global and partial bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Northern Ireland Prison Service
Postal address: c/o CPD Supplies and Services Division, 303 Airport Road West
Town: BELFAST
Postal code: BT3 9ED
Country: United Kingdom
Email: justice.cpd@finance-ni.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:
The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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 and Consumables 2021
Reference number: ID3384171
II.1.2) Main CPV code: 18143000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The Northern Ireland Prison Service (NIPS) wishes to establish a contract(s) for the Supply and Delivery of Personal Protective Equipment (PPE) and Consumables. The NIPS requires PPE ranging from protective clothing and safety equipment such as gloves, goggles and ear defenders to medical masks and sanitising equipment to protect staff from hazards that may otherwise cause them harm. For the purposes of this contract and to meet the varied range of items required by the Client, this Tender will be subdivided into the following Lots/contracts:- • Lot 1 – PPE Clothing and Equipment • Lot 2 – PPE Safety Equipment and Consumables NIPS has a common law statutory duty to maintain the health and safety of prisoners, its employees, visitors, contractors and any other person required to enter the prison estate. The following separate, but inter-related, health and safety regulations cover NIPS statutory duties:- 1. The Health and Safety at Work (Northern Ireland) Order 1978; ii. The Personal Protective Equipment at Work Regulations (Northern Ireland) 1993. The NIPS (the Client) wishes to appoint a Contractor(s) to supply and deliver a range of personal protection equipment for distribution within the prison establishments.
II.1.5) Estimated total value:
Value excluding VAT: 10000000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots:2
Maximum number of lots that may be awarded to one tenderer 2
II.2) Description
II.2.1) Title: PPE Clothing and Equipment
Lot No:1
II.2.2) Additional CPV code(s)
35113400, 18100000, 33735100, 18424300
II.2.3) Place of performance
Nuts code:
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) wishes to establish a contract(s) for the Supply and Delivery of Personal Protective Equipment (PPE) and Consumables. The NIPS requires PPE ranging from protective clothing and safety equipment such as gloves, goggles and ear defenders to medical masks and sanitising equipment to protect staff from hazards that may otherwise cause them harm. For the purposes of this contract and to meet the varied range of items required by the Client, this Tender will be subdivided into the following Lots/contracts:- • Lot 1 – PPE Clothing and Equipment • Lot 2 – PPE Safety Equipment and Consumables NIPS has a common law statutory duty to maintain the health and safety of prisoners, its employees, visitors, contractors and any other person required to enter the prison estate. The following separate, but inter-related, health and safety regulations cover NIPS statutory duties:- 1. The Health and Safety at Work (Northern Ireland) Order 1978; ii. The Personal Protective Equipment at Work Regulations (Northern Ireland) 1993. The NIPS (the Client) wishes to appoint a Contractor(s) to supply and deliver a range of personal protection equipment for distribution within the prison establishments.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 5000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
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: 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.2.1) Title: PPE Safety Equipment and Consumables
Lot No:2
II.2.2) Additional CPV code(s)
35113400, 18100000, 33735100, 18424300
II.2.3) Place of performance
Nuts code:
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) wishes to establish a contract(s) for the Supply and Delivery of Personal Protective Equipment (PPE) and Consumables. The NIPS requires PPE ranging from protective clothing and safety equipment such as gloves, goggles and ear defenders to medical masks and sanitising equipment to protect staff from hazards that may otherwise cause them harm. For the purposes of this contract and to meet the varied range of items required by the Client, this Tender will be subdivided into the following Lots/contracts:- • Lot 1 – PPE Clothing and Equipment • Lot 2 – PPE Safety Equipment and Consumables NIPS has a common law statutory duty to maintain the health and safety of prisoners, its employees, visitors, contractors and any other person required to enter the prison estate. The following separate, but inter-related, health and safety regulations cover NIPS statutory duties:- 1. The Health and Safety at Work (Northern Ireland) Order 1978; ii. The Personal Protective Equipment at Work Regulations (Northern Ireland) 1993. The NIPS (the Client) wishes to appoint a Contractor(s) to supply and deliver a range of personal protection equipment for distribution within the prison establishments.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 5000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
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: 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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2021-08-10 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 tender must maintain the tender
Tender must be valid until:2021-11-08
IV.2.7) Conditions for opening tenders
Date: 2021-08-10 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 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) 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
Official name: 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.
Town: N/A
Country: United Kingdom
VI.4.2) Body responsible for mediation procedures
Official name: 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.
Town: N/A
Country: United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
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.4.4) Service from which information about the review procedure may be obtained
Official name: 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.
Town: N/A
Country: United Kingdom
VI.5) Date of dispatch of this notice:2021-07-07
More Opportunties
- Engage with Suppliers in the Materials Handling Market
23 Jun 25
The Awarding Authority is seeking to engage with suppliers in the materials handling market, as part of pre-tender engagement exercise to gain information to inform an upcoming procurement for the provision of Waste Handling Plant Equipment. The Council o> > - Award of Provision of Student Placement Software (GCU)
23 Jun 25
Glasgow Caledonian University has identified a requirement for the renewal of student placement software. This software will assist in allocating, administering and managing School of Health and Life Sciences students in work placements.> > - YTHFM – Low bed Replacment
23 Jun 25
Further competition via Health Trust Europe Beds, Mattresses, Patient Moving Supplies and Services Framework SF053302 - Lot 1 - Medical Beds This is a ten year contract. Value is based on the initial requirement> >