Contract award notice
Results of the procurement procedure
Section I: Contracting 
        entity
      
I.1) Name and addresses
  Northern Ireland Prison Service
  c/o CPD Supplies and Services Division, 303 Airport Road West
  Belfast
  BT3 9ED
  UK
  
            E-mail: justice.cpd@finance-ni.gov.uk
  
            NUTS: UK
  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.1) Name and addresses
  Police Service of Northern Ireland
  c/o CPD Supplies and Services Division, 303 Airport Road West
  Belfast
  BT3 9ED
  UK
  
            E-mail: justice.cpd@finance-ni.gov.uk
  
            NUTS: UK
  Internet address(es)
  
              Main address: https://www.psni.police.uk/
  
              Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement
 
I.2) Joint procurement
The contract involves joint 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 X-Ray Scanners and Metal Detection Walkthrough Archways
            Reference number: ID2719133
  II.1.2) Main CPV code
  33111000
 
  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. Prison Rules (NI) 1995 give authority to the Governor to put in place procedures for the searching of people and goods entering the prison and for the searching of people in custody. The NIPS currently have 24 X-ray and metal detection machines in use at Maghaberry, Magilligan and Hydebank Wood College. These are conveyer X-ray scanners which are used for the checking of bags and packages, and walkthrough archways used to detect metal items on persons entering the prison or specified areas of the prison. As the current equipment was purchased many years ago, ongoing maintenance is no longer a viable or economic option. Additionally, developments in the technology involved in the intervening period means that NIPS now wish to purchase new equipment with market leading technology to replace the existing equipment thus ensuring, where practicable, access to all available means of detecting illegal and unauthorised articles entering our establishments. The contract will also include an annual maintenance agreement.
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
  II.1.7) Total value of the procurement
  Value excluding VAT: 
				750 000.00 
				  GBP
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    35124000
    II.2.3) Place of performance
    NUTS code:
    UKN
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) 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. Prison Rules (NI) 1995 give authority to the Governor to put in place procedures for the searching of people and goods entering the prison and for the searching of people in custody. The NIPS currently have 24 X-ray and metal detection machines in use at Maghaberry, Magilligan and Hydebank Wood College. These are conveyer X-ray scanners which are used for the checking of bags and packages, and walkthrough archways used to detect metal items on persons entering the prison or specified areas of the prison. As the current equipment was purchased many years ago, ongoing maintenance is no longer a viable or economic option. Additionally, developments in the technology involved in the intervening period means that NIPS now wish to purchase new equipment with market leading technology to replace the existing equipment thus ensuring, where practicable, access to all available means of detecting illegal and unauthorised articles entering our establishments. The contract will also include an annual maintenance agreement.
    II.2.5) Award criteria
    
                    Quality criterion: AC1 Contract management
                    / Weighting: 20
    
                    Quality criterion: AC2 Contingency arrangements-disaster recovery plan
                    / Weighting: 10
    
                    Cost criterion: AC3 Price – X-ray scanners
                    / Weighting: 15
    
                    Cost criterion: AC4 Price – Metal detecting archways
                    / Weighting: 15
    
                    Cost criterion: AC5 Price – Training
                    / Weighting: 10
    
                    Cost criterion: AC6 Price – Removal and disposal of existing equipment
                    / Weighting: 10
    
                    Cost criterion: AC7 Price – Maintenance and repair of new equipment
                    / Weighting: 10
    
                    Cost criterion: AC8 Price – Maintenance and repair of existing equipment
                    / Weighting: 10
    II.2.11) Information about options
    
            Options:
            
              Yes
            
    Description of options:
    Initial period 5 years: purchase and maintenance of new equipment, maintenance of existing equipment until phased out. Unit prices will be reviewed annually, all maintenance rates will be fixed for the full 5 years. Extensions potentially 10 x 1 year, reviewed annually: maintenance only of new equipment purchased during initial period.
    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
                        
                          - Accelerated procedure
                        
  Justification:
  Client has secured time-limited funding to purchase new equipment. This equipment is a constituent part ofthe client's overall security strategy, which is in place to, among other aims, deter anyone from introducing prohibited or unauthorised items into NIPS establishments that may in turn threaten good order and security within these establishments. It will detect prohibited or unauthorised items and endeavour to deprive prisoners of their use and to keep everyone living and working in these establishments as safely as possible.
  IV.1.8) Information about 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:
  2020/S 034-081696
 
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
23/03/2020
V.2.2) Information about tenders
                Number of tenders received: 3
                Number of tenders received from SMEs: 2
                Number of tenders received from tenderers from EU Member States: 2
                Number of tenders received from tenderers from non-EU Member States: 1
                Number of tenders received by electronic means: 3
              The contract has been awarded to a group of economic operators:
              
        No
      
V.2.3) Name and address of the contractor
  Information withheld for security reasons
  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)
              
Initial estimated total value of the contract/lot: 
					
Total value of the contract/lot: 
					: 750 000.00 
					  GBP
V.2.5) Information about subcontracting
                The contract is likely to be subcontracted
              
Section VI: Complementary information
VI.3) Additional information
The estimated contract value is a broad estimate only and includes additional quantum for unforeseen demand and to future proof for additional potential DoJ users. 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 demandor 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 01/12 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.4.3) 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
02/04/2020