Section one: Contracting authority
one.1) Name and addresses
DoJ - Department of Justice
c/o CPD, 303 Airport Road West
BELFAST
BT3 9ED
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.justice-ni.gov.uk/
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.1) Name and addresses
Legal Services Agency Northern Ireland
8 Laganbank Road
Belfast
BT1 3BN
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.justice-ni.gov.uk/topics/legal-aid/legal-services-agency-northern-ireland
Buyer's address
https://www.finance-ni.gov.uk/topics/
one.1) Name and addresses
Northern Ireland Policing Board
31 Clarendon Road
Belfast
BT1 3BG
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.nipolicingboard.org.uk/
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.1) Name and addresses
Police Ombudsman Northern Ireland
New Cathedral Buildings, Writers’ Square, 11 Church Street
Belfast
BT1 1PG
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.policeombudsman.org/
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.1) Name and addresses
Police Retraining and Rehabilitation Trust
100 Belfast Road
Holywood
BT18 9QY
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.1) Name and addresses
Northern Ireland Police Fund
Maryfield Complex, 100 Belfast Road
Holywood
BT18 9QY
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.nipolicefund.gov.uk/
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.1) Name and addresses
Probation Board for Northern Ireland
80 - 90 North Street
Belfast
BT1 1LD
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 5228342 - DoJ - Provision of Secure Courier Services
Reference number
ID 5228342
two.1.2) Main CPV code
- 64120000 - Courier services
two.1.3) Type of contract
Services
two.1.4) Short description
The Department of Justice (DoJ) (the Buyer) wishes to establish a contract for the Provision of Secure Courier Services to the DoJ, its agencies and NDPBs. Please refer to the Specification for full details of the requirement.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £300,000
two.2) Description
two.2.2) Additional CPV code(s)
- 64120000 - Courier services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Locations as detailed in the Specification.
two.2.4) Description of the procurement
The Department of Justice (DoJ) (the Buyer) wishes to establish a contract for the Provision of Secure Courier Services to the DoJ, its agencies and NDPBs. Please refer to the Specification for full details of the requirement.
two.2.5) Award criteria
Quality criterion - Name: AC1 Service Delivery / Weighting: 24
Quality criterion - Name: AC2 Security Arrangements / Weighting: 16.8
Quality criterion - Name: AC3 Contract Management, KPI Monitoring and Contingency Planning / Weighting: 9
Quality criterion - Name: AC4 Social Value / Weighting: 10.2
Price - Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
The initial period will be for 3 years with 2 optional extension periods of 12 months each
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-028296
Section five. Award of contract
Contract No
1
Title
DoJ - Provision of Secure Courier Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 January 2025
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Information withheld for security reasons
Information withheld for security reasons
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://www.finance-ni.gov.uk/topics/procurement
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £300,000
Total value of the contract/lot: £300,000
Section six. Complementary information
six.3) Additional 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).. . The contract value listed is a broad estimate only and includes additional quantum for unforeseen demand and to future proof for additional potential. 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 demand or uptake. No compensation will be payable to a contractor should the actual demand be less than that stated. . . Contract Monitoring: The successful contractors' performance on this contract will be managed as per specification and 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 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.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.
N/A
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD complied with the Public Contracts Regulations 2015, and incorporated a standstill period (i.e a minimum of 10 calendar days) at the point information on the awards of the contracts was communicated to tenderers. Those notifications provided full information on the award decision. This provided time for unsuccessful tenderers to challenge the award decision before the contracts were entered into.