ID 4573120 - NIPS – Supply, Delivery and Refurbishment of Cell Snatch Rescue Equipment

A Contract Award Notice
by THE NORTHERN IRELAND PRISON SERVICE

Source
Find a Tender
Type
Contract (Supply)
Duration
5 year (est.)
Value
£250K
Sector
DEFENCE
Published
01 Sep 2023
Delivery
To 05 Aug 2028 (est.)
Deadline
n/a

Concepts

Location

BELFAST

Geochart for 2 buyers and 1 suppliers

2 buyers

1 supplier

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.

Award Detail

1 [Redacted] (Withheld For Security Reasons)
  • Contract
  • Reference: 1
  • Num offers: 1
  • Value: £250,000
  • Contractor is an SME.

Award Criteria

Supply Chain 20.0
PRICE 80.0

CPV Codes

  • 35110000 - Firefighting, rescue and safety equipment
  • 35111000 - Firefighting equipment
  • 35111100 - Breathing apparatus for firefighting
  • 35111400 - Fire escape equipment
  • 35111200 - Firefighting materials

Indicators

  • Award on basis of price.

Other 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.

Reference

Domains