Northern Ireland Prison Service PRISM Contract
Inmate information is critical as it is used to manage the inmate throughout his / her time in custody.
United Kingdom-Lisburn: Software package and information systems
2017/S 170-348419
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
HMP Maghaberry, Old Road, Ballinderry Upper
Lisburn
BT28 2PT
United Kingdom
Contact person: ict.cpdfinance-ni.gov.uk
E-mail: ict.cpd@finance-ni.gov.uk
NUTS code: UKN0
Internet address(es):Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
DoJ — Northern Ireland Prison Service — PRISM Contract.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Northern Ireland Prison Service (NIPS) is an agency within the Department of Justice. It is responsible for the operation and delivery of services within the Northern Ireland prison system. NIPS manages the offender life of approximately 1 900 inmates across three holding establishments, HMP Maghaberry, HMP Hydebank Wood and HMP Magilligan. Inmate information is critical as it is used to manage the inmate throughout his / her time in custody e.g. sentence calculation, security, safer custody, visits etc. It is also increasingly used to monitor the performance of the NIPS. Over the years, PRISM (Prison Record and Information System) has been the main repository for this information and, due to it fast becoming a business critical system, is now more important than ever. The scope of this procurement is for a Contractor to undertake the support and maintenance of the PRISM system.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Northern Ireland Prison Service (NIPS) is an agency within the Department of Justice. It is responsible for the operation and delivery of services within the Northern Ireland prison system. NIPS manages the offender life of approximately 1 900 inmates across three holding establishments, HMP Maghaberry, HMP Hydebank Wood and HMP Magilligan. Inmate information is critical as it is used to manage the inmate throughout his / her time in custody e.g. sentence calculation, security, safer custody, visits etc. It is also increasingly used to monitor the performance of the NIPS. Over the years, PRISM (Prison Record and Information System) has been the main repository for this information and, due to it fast becoming a business critical system, is now more important than ever. The scope of this procurement is for a Contractor to undertake the support and maintenance of the PRISM system.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The initial Contract period is 7 years, there are 2 optional extension periods of 4 years each.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As stated in the Terms and Conditions of Contract.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Only CPD Procurement staff with access to the tender profile on eTendersNI.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The figure indicated in II.1.5 represents the upper limit of an estimated contract value which ranges from (17 000 000 GBP to 25 000 000 GBP). This range reflects the potential scale of the contract and takes into account such changes to the scope and/or scale which may result. from future operational requirements. The pricing strategy applied and the setting of cost/profit margins are a commercial decision for economic operators when submitting a bid for this competition. In addition, neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. 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 Certificate of. Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate 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 12 months from the date of issue of the certificate. This contract will not be awarded in Lots as a single supplier is required.
VI.4.1)Review body
Belfast
United Kingdom
VI.4.3)Review procedure
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.
VI.5)Date of dispatch of this notice:
Related Posts
Supply of Microsoft Software to Dudley Metropolitan Borough Council
ZOHO CRM with Development and Support Services Contract
Tender for Data Sharing Platform Services
Contract to Supply SAP Transport Management Tool
Supply Software as a Service Customer Contact Management Solution