Type of document: Contract Notice
Country: United Kingdom
Publication Ref: 014407/S 000-2026
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: Not applicable
Type of bid required: Global bid
UKPGA UK4: Tender Notice
I) Contracting Authority/Entity
I.1) Name and addresses
Official name: Northern Ireland Prison Service
National registration number: PRMX-2692-MXQX
Postal address: Castle Buildings Stormont Estate
Town: Belfast
Postal code: BT4 3SQ
Country: United Kingdom
Email: SSDAdmin.CPD@finance-ni.gov.uk
I.3) Communication
Tenders or requests to participate must be submitted
Electronically
Tenders must be submitted electronically via the relevant Call for Tender (CfT) opportunity on eTendersNI, website details immediately below.
Paper submissions will not be accepted or considered and will be rejected by the Contracting Authority / Buyer.
The tender documents are available with unrestricted and full direct access, free of charge, at: URL
I.4) Type of the contracting authority
Public authority – central government
Procuring Entity
CPD – Supplies & Services Division
Construction and Procurement Delivery – Supplies and Services Division, is a Centre of Procurement Expertise and provides a central procurement function for central government in Northern Ireland
Postal address: 303 Airport Road West
Town: Belfast
Postal code: BT3 9ED
Country: United Kingdom
Email: SSDAdmin.CPD@finance-ni.gov.uk
II) Object
II.1.1) Title
DOJ – Northern Ireland Prison Service (NIPS) – Computerised Personnel and Salary (COMPASS) System Support
Reference number: ID 6257085
II.1.3) Type of contract
Services
II.1.4) Short description
NIPS wishes to appoint a Supplier for the provision of support and maintenance of its’ COMPASS system, via support days on a call off basis. The DOJ ISD provides ‘first-line’ support to the Users of the system. This contract is for the provision of support and maintenance on via call off support days as and when required (estimated 30 days per year). This contract is for an initial period of 2 years with 2 optional extensions of 1 year each.
II.1.7) Total value of the procurement
Value (including VAT)
147,600
Value (excluding VAT)
123,000
Currency
GBP
II.2) Description
II.2.1) Title
Contract/Lot No
1
II.2.2) CPV codes
Main CPV codes
72000000
72250000
72253000
72500000
II.2.3) Place of performance
NUTS code
UKN – NORTHERN IRELAND
II.2.5) Award Criteria
Highest precedence first unless weighted otherwise
Quality
Name: AC1 – Proposed Methodology
Weighting: Weighting = 15 percent as per tender documentation
Quality
Name: AC2 – Contract Management and Contingency
Weighting: Weighting = 15 percent as per tender documentation
Price
Name: AC3 – Total Contract Price
Weighting: Weighting = 70 percent as per tender documentation
II.2.6) Estimated Value
Value (excluding VAT)
123,000
Currency
GBP
II.2.7) Contract dates (estimated)
Start
2026-04-01 00:00
End
2028-03-31 23:59
Duration
2 years
Possible extension
2030-03-31 23:59
Extended duration
4 years
This contract is subject to renewal
Yes
Description of renewals
This contract has an initial period of 2 years with an option to extend the contract for a further two periods of one year each.
II.2.11) Information about options
Options: Yes
Description of options
This contract is for the provision of Support Days as and when required by NIPS on a Call- Off basis, the contract has an initial period of two years with two further options to extend by a further 1 year each to enable the client to extend their requirement to call off support days.
III) Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Particular suitability
Small and medium-sized enterprises (SME)
III.1.3) Technical and professional ability
Additional technical selection criteria
As per Tender documentation.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
For further details on invoicing procedures please see : ticles/account-ni-good-invoicing-practice
Contract Value
The estimated value figure indicated in the Scope Section represents an overall estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the contracting Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Suppliers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Supplier in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and a Supplier shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority
IV) Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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) Tender period dates
Enquiry deadline
2026-03-09 15:00
Estimated award decision date
2026-03-23 23:59
IV.2.2) Tender submission deadline
2026-03-16 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
VI) Complementary information
Link to source/bidding documents
Conflicts assessment prepared/revised
Yes
Risk details
The Contracting Authority has identified the following risks as risks that satisfy the criteria
of Schedule 8 sub-paragraph (6)(a) of the Procurement Act 2023 i.e. that the risk/s could
jeopardise the satisfactory performance of the contract but, because of its/their nature,
cannot be addressed in the contract as awarded:
– All personnel providing the required call off support days including staff providing payroll, HR, and SAP BASIS requirements must hold valid SC clearance, any changes in staffing or clearance status could impact service delivery following contract award.
Exclusions
If at any time during the procurement, or post award, it comes to the attention of the Contracting Authority (CA) or CPD, by whatever means, that a Supplier has become ‘excluded’ or ‘excludable’ as per Sec 57 of the PA 2023, the CA, after compliance with its obligations under the PA 23, reserves the right to exclude said Supplier from the procurement procedure or terminate any contract they have been awarded.
The Contracting 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 in no circumstances will the Authority be liable for any costs incurred by candidates.
This project will be used to progress the Government’s wider social, economic and environmental objectives.
VI.1) Information about recurrence
This is a recurrent procurement
Yes
VI.5) Date of dispatch of this notice
2026-02-17 15:10