
Market Leads & Opportunities
United Kingdom-BELFAST: ID 4239643 – DoJ – NIPS – Supply and Delivery of Control and Restraint Equipment
Type of document: Contract award
Country: United Kingdom
Publication Ref: (2023/S 000-002932/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Not applicable
Contract award 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.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 4239643 – DoJ – NIPS – Supply and Delivery of Control and Restraint Equipment
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) is an Executive agency of the Department of Justice NI (DOJNI) and is responsible for the management of Her 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 Prison and Young Offenders Rules (Northern Ireland) 1995. There are three Prisons in Northern Ireland, which comprise of Maghaberry and Magilligan, accommodating adult male prisoners, and Hydebank Wood College, which accommodates both male and female students. The Northern Ireland Prison Service, (NIPS) wish to establish a contract(s) for the supply and delivery of a range of Control and Restraint Equipment. Please refer to the Specification for further details of the requirement.
II.1.6) Information about lots:
The contract is divided into lots: yes
II.1.7) Total value of the procurement(excluding VAT)
Value:300000.00
Currency:GBP
II.2) Description
II.2.1) Title: Lot 1 – Public Order Shields
Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 35113400
Main CPV code: 18444110
Main CPV code: 35113430
Main CPV code: 18444000
Main CPV code: 18000000
Main CPV code: 18400000
Main CPV code: 18300000
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 NI (DOJNI) and is responsible for the management of Her 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 Prison and Young Offenders Rules (Northern Ireland) 1995. There are three Prisons in Northern Ireland, which comprise of Maghaberry and Magilligan, accommodating adult male prisoners, and Hydebank Wood College, which accommodates both male and female students. The Northern Ireland Prison Service, (NIPS) wish to establish a contract(s) for the supply and delivery of a range of Control and Restraint Equipment. Please refer to the Specification for further details of the requirement.
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: The contract is for an initial period of 5 years followed by 5 optional extension periods of 12 months each.
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: Lot 2 – Public Order Protection
Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 35113400
Main CPV code: 18444110
Main CPV code: 35113430
Main CPV code: 18444000
Main CPV code: 18000000
Main CPV code: 18400000
Main CPV code: 18300000
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 NI (DOJNI) and is responsible for the management of Her 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 Prison and Young Offenders Rules (Northern Ireland) 1995. There are three Prisons in Northern Ireland, which comprise of Maghaberry and Magilligan, accommodating adult male prisoners, and Hydebank Wood College, which accommodates both male and female students. The Northern Ireland Prison Service, (NIPS) wish to establish a contract(s) for the supply and delivery of a range of Control and Restraint Equipment. Please refer to the Specification for further details of the requirement.
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: The contract is for an initial period of 5 years followed by 5 optional extension periods of 12months each.
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: Lot 3 – Public Order Helmet
Lot No:3
II.2.2)Additional CPV code(s)
Main CPV code: 35113400
Main CPV code: 18444110
Main CPV code: 35113430
Main CPV code: 18444000
Main CPV code: 18000000
Main CPV code: 18400000
Main CPV code: 18300000
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 NI (DOJNI) and is responsible for the management of Her 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 Prison and Young Offenders Rules (Northern Ireland) 1995. There are three Prisons in Northern Ireland, which comprise of Maghaberry and Magilligan, accommodating adult male prisoners, and Hydebank Wood College, which accommodates both male and female students. The Northern Ireland Prison Service, (NIPS) wish to establish a contract(s) for the supply and delivery of a range of Control and Restraint Equipment. Please refer to the Specification for further details of the requirement.
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: The contract is for an initial period of 5 years followed by 5 optional extension periods of 12 months each.
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: Lot 4 – Stab Proof Vest
Lot No:4
II.2.2)Additional CPV code(s)
Main CPV code: 35113400
Main CPV code: 18444110
Main CPV code: 35113430
Main CPV code: 18444000
Main CPV code: 18000000
Main CPV code: 18400000
Main CPV code: 18300000
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 NI (DOJNI) and is responsible for the management of Her 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 Prison and Young Offenders Rules (Northern Ireland) 1995. There are three Prisons in Northern Ireland, which comprise of Maghaberry and Magilligan, accommodating adult male prisoners, and Hydebank Wood College, which accommodates both male and female students. The Northern Ireland Prison Service, (NIPS) wish to establish a contract(s) for the supply and delivery of a range of Control and Restraint Equipment. Please refer to the Specification for further details of the requirement.
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: The contract is for an initial period of 5 years followed by 5 optional extension periods of 12 months each.
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: Lot 5 – Flame Retardant Clothing
Lot No:5
II.2.2)Additional CPV code(s)
Main CPV code: 35113400
Main CPV code: 18444110
Main CPV code: 35113430
Main CPV code: 18444000
Main CPV code: 18000000
Main CPV code: 18400000
Main CPV code: 18300000
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 NI (DOJNI) and is responsible for the management of Her 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 Prison and Young Offenders Rules (Northern Ireland) 1995. There are three Prisons in Northern Ireland, which comprise of Maghaberry and Magilligan, accommodating adult male prisoners, and Hydebank Wood College, which accommodates both male and female students. The Northern Ireland Prison Service, (NIPS) wish to establish a contract(s) for the supply and delivery of a range of Control and Restraint Equipment. Please refer to the Specification for further details of the requirement.
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: The contract is for an initial period of 5 years followed by 5 optional extension periods of 12 months each.
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: Lot 6 – Batons
Lot No:6
II.2.2)Additional CPV code(s)
Main CPV code: 35113400
Main CPV code: 18444110
Main CPV code: 35113430
Main CPV code: 18444000
Main CPV code: 18000000
Main CPV code: 18400000
Main CPV code: 18300000
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 NI (DOJNI) and is responsible for the management of Her 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 Prison and Young Offenders Rules (Northern Ireland) 1995. There are three Prisons in Northern Ireland, which comprise of Maghaberry and Magilligan, accommodating adult male prisoners, and Hydebank Wood College, which accommodates both male and female students. The Northern Ireland Prison Service, (NIPS) wish to establish a contract(s) for the supply and delivery of a range of Control and Restraint Equipment. Please refer to the Specification for further details of the requirement.
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: The contract is for an initial period of 5 years followed by 5 optional extension periods of 12 months each.
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: Lot 7 – Accessories
Lot No:7
II.2.2)Additional CPV code(s)
Main CPV code: 35113400
Main CPV code: 18444110
Main CPV code: 35113430
Main CPV code: 18444000
Main CPV code: 18000000
Main CPV code: 18400000
Main CPV code: 18300000
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 NI (DOJNI) and is responsible for the management of Her 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 Prison and Young Offenders Rules (Northern Ireland) 1995. There are three Prisons in Northern Ireland, which comprise of Maghaberry and Magilligan, accommodating adult male prisoners, and Hydebank Wood College, which accommodates both male and female students. The Northern Ireland Prison Service, (NIPS) wish to establish a contract(s) for the supply and delivery of a range of Control and Restraint Equipment. Please refer to the Specification for further details of the requirement.
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: The contract is for an initial period of 5 years followed by 5 optional extension periods of 12 months each.
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.1.3) Information about a framework agreement or a dynamic purchasing system
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 in the OJ S:2022/S 000-031112
Section V: Award of contract
Contract No: 1
Lot No: 1
Title: Lot 1 – Public Order Shields
A contract/lot is awarded no
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Contract No: 2
Lot No: 2
Title: Lot 2 – Public Order Protection
A contract/lot is awarded no
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Contract No: 3
Lot No: 3
Title: Lot 3 – Public Order Helmet
A contract/lot is awarded no
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Contract No: 4
Lot No: 4
Title: Lot 4 – Stab Proof Vest
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2023-01-26
V.2.2) Information about tenders
Number of tenders received:1
Number of tenders received from SMEs:1
Number of tenders received from other EU Member States:0
Number of tenders received 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
Official name: Information withheld for security reasons
Town: Information withheld for security reasons
Country: United Kingdom
Email: Justice.CPD@finance-ni.gov.uk
Nuts code:
Internet address:
The contractor is an SME yes
V.2.4) Information on value of the contract/lot(excluding VAT)
Initial estimated total value of the contract/lot: 300000.00
Total value of the contract/lot:300000.00
Currency:GBP
Contract No: 5
Lot No: 5
Title: Lot 5 – Flame Retardant Clothing
A contract/lot is awarded no
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Contract No: 6
Lot No: 6
Title: Lot 6 – Batons
A contract/lot is awarded no
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Contract No: 7
Lot No: 7
Title: Lot 7 – Accessories
A contract/lot is awarded no
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
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. 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 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
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
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:
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) .
VI.5) Date of dispatch of this notice:
2023-01-31
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> >