web-banner-marketing2

Market Leads & Opportunities

United Kingdom-BELFAST: ID 4542395 NIPS – Supply and Delivery of Bedding, Towels and Curtains

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-033163/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: The Northern Ireland Prison Service
Postal address: c/o CPD, 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: ID 4542395 NIPS – Supply and Delivery of Bedding, Towels and Curtains
II.1.2) Main CPV code: 39143110
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 (DoJ), which was created on 12 April 2010 after the devolution of Justice in Northern Ireland. It is governed by the Prison Act (Northern Ireland) 1953 and the Prison and Young Offenders Rules (Northern Ireland) 1995. There are three Prisons in Northern Ireland comprising of Maghaberry and Magilligan, which accommodate adult male prisoners, and Hydebank Wood College which accommodates both Young Offenders and adult female prisoners.The purpose of this Contract is to fulfil the supply and delivery requirement for bedding and towels whilst aiming to standardise products wherever possible. As a result NIPS require the appointed contractor to take a proactive approach in meeting this objective. Please refer to the Specification for full details of the requirement.
II.1.5) Estimated total value:
Value excluding VAT: 700000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
39510000, 39512000, 39512100, 39512500, 39500000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The Northern Ireland Prison Service (NIPS) is an Executive agency of the Department of Justice (DoJ), which was created on 12 April 2010 after the devolution of Justice in Northern Ireland. It is governed by the Prison Act (Northern Ireland) 1953 and the Prison and Young Offenders Rules (Northern Ireland) 1995. There are three Prisons in Northern Ireland comprising of Maghaberry and Magilligan, which accommodate adult male prisoners, and Hydebank Wood College which accommodates both Young Offenders and adult female prisoners.The purpose of this Contract is to fulfil the supply and delivery requirement for bedding and towels whilst aiming to standardise products wherever possible. As a result NIPS require the appointed contractor to take a proactive approach in meeting this objective. Please refer to the Specification for full details of the requirement.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 700000.00 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: 2023-01-05 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:2023-04-05
IV.2.7) Conditions for opening tenders
Date: 2023-01-05 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: The UK does not have any special review body with responsibility for appeal/mediation procedures in
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: The UK does not have any special review body with responsibility for appeal/mediation procedures in
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 (as amended) 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: The UK does not have any special review body with responsibility for appeal/mediation procedures in
Country: United Kingdom
VI.5) Date of dispatch of this notice:2022-11-23