ID 4859781 - DoJ - NIPS - Provision of a Transport Shuttle Service for HMP Maghaberry for the Northern Ireland Prison Service

Complete

Value

£200,000

Classifications

  • Taxi services
  • Special-purpose road passenger-transport services
  • Road transport services

Tags

  • tender

Submission Deadline

1 year ago

Published

2 years ago

Description

The Northern Ireland Prison Service (NIPS) wishes to establish a contract to transport passengers on return journeys between Moira Train Station and the Visitors’ Welcome Centre at Maghaberry Prison at times to accommodate visiting sessions or to deliver/collect items each day from Tuesday to Saturday. This is a single journey distance of approximately 3 miles. The Contractor will pick up passengers at Moira Train Station at 10.05 and 13.35 each day, Tuesday to Saturday, to transport them to the Visitors’ Welcome Centre, Maghaberry Prison. The Contractor will also collect passengers from the Visitors’ Welcome Centre at 12.45 and 16.45 each day, Tuesday to Saturday, and deliver them back to Moira Train Station. The shuttle service must be sufficiently flexible to allow for any operational change/delay within the prison. It is anticipated that this Contract will commence on 29 August 2023 for a duration of five (5) years with no options to extend beyond this term. Please refer to the specification document for full details of the requirement.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

DS478-24 NFCC Emergency Response Vehicle Framework

Devon and Somerset Fire and Rescue Authority (on behalf of the National Fire Chiefs Council Transport Officers Group (NFCC TOG) and in conjunction with the National Fire Chiefs Council (NFCC) Procurement Hub, is leading a procurement project to replace the existing Framework Agreement for UK Fire and Rescue Emergency Response Vehicles (ERV). The future framework agreement will enable Contracting Authorities named on the framework to procure Pumping Appliances, Aerial Appliances and Special Vehicles as required by their Contracting Authority, Fire and Rescue Service etc. For the purposes of this planned procurement notice, previously a preliminary market engagement was carried out under the Public Contract Regulations 2015. The PIN notice for that engagement can be found via the link below: https://www.contractsfinder.service.gov.uk/Notice/748a1220-2203-4418-b562-1d809186c6cb After the preliminary market engagement notice, a pipeline notice has been published under the Procurement Act 2023. The Project Team are currently establishing the requirements and the permitted vehicles that can be procured, and this information will be published within the Invitation to Tender later this year. At this stage, the Project Team anticipates that the NFCC Emergency Response Vehicle Framework will be an open framework, as defined in the Procurement Act 2023, for a period of 8 years (the contract start and end dates in this preliminary market engagement notice are based on this assumption). No extensions to the framework will be available. The Tender Notice for the framework agreement is planned to be published on 12th August 2025. Please note the publication date may be subject to change. Suppliers who may be interested in this opportunity can prepare by registering on our e-tendering portal where this opportunity is likely to be tendered in due course. The e-tendering portal is located at: https://sell2.in-tend.co.uk/blpd/home The e-tendering portal is free to use. Suppliers can find guidance on using the e-tendering portal via: https://bluelightcommercial.police.uk/media/2284/sell2bluelight-in-tend-full-supplier-guide.pdf

Katy Reed

Published 1 day ago
Open

the Collection of Deceased and Delivery to Mortuaries for the South London Coroners Service

The London Borough of Croydon is issuing an Invitation to Tender (ITT) for the following two contracts that will run from the 1st October 2025 to the 30th September 2030: Coroners Body Removals for the South London coroner jurisdiction comprising the London boroughs of Bexley, Bromley, Croydon and Sutton The coroner is a special judge who investigates unnatural or violent deaths, where the cause of death is unknown, or because the death took place in prison, police custody or another type of state detention, such as a mental health hospital. The investigation may include an inquest hearing. The coroner’s role is to find out who died and how, when and where they died. In some cases, it is necessary to hold a post mortem examination to find out the cause of death. If the deceased died in the community the body must be transported to the coroner’s mortuary for the post mortem examination, or transferred to a specialist post mortem facility and this contract provides for this service. There are two lots: Lot 1 (West – Croydon and Sutton): to collect deceased in the community, or from hospital and transport to either Croydon University Hospital or Princess Royal University Hospital, Farnborough. Lot 2 (East – Bexley and Bromley): to collect deceased in the community, or from hospital and transport to St Helier Hospital, Carshalton, Surrey. Public Health Funerals Lot 3: The Council has a statutory duty under the provisions of Section 46 of the Public Health (Control of Disease ) Act 1984 to undertake the funeral of a deceased person, who died in the Borough and where no other arrangements have been made or are about to be made. The Council will be seeking to appoint a single Funeral Director to make all the necessary arrangements and to provide a dignified funeral in all such cases. These two contract (3 Lots) will be of interest to suitably experienced Funeral Directors and transportation providers who will have the necessary trained staff, vehicles and equipment to carry out these vital public service functions. Tenderers may apply for 1, 2 or all 3 lots, and may be awarded 1, 2 or all 3 lots. To apply for these contracts, you must have first registered on the council’s e-procurement portal. If you require assistance in using the portal please contact the Support Helpdesk by contacting the e-Sourcing Portal Helpdesk:[email protected] or 0845 557 8079 / +44 (0) 114 407 0065 The Council is procuring via the Open Tender Procedure in accordance with the Procurement Act 23.

Katy Reed

Published 6 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete