Section one: Contracting authority
one.1) Name and addresses
Department of Justice
C/O 303 Airport Road West
BELFAST
BT3 9ED
Country
United Kingdom
NUTS 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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 3842055 - Department of Justice (DoJ) - The Provision of Written Translation and Transcription Services and Telephone Interpreting Services to Criminal Justice Organisations (CJOs)
Reference number
ID 3842055
two.1.2) Main CPV code
- 79530000 - Translation services
two.1.3) Type of contract
Services
two.1.4) Short description
The CPD Justice Sector Category team intends to establish a Contract on behalf of the Bodies within the Criminal Justice Sector, to provide interpretation and translation services to: • Police Service of Northern Ireland (PSNI) • Northern Ireland Prison Service (NIPS) • Public Prosecution Service (PPS) • Probation Board of Northern Ireland (PBNI) • Northern Ireland Courts and Tribunals Service (NICTS) • Department of Justice (DOJ) • Youth Justice Agency (YJA) • Police Ombudsman for Northern Ireland (PONI) • Belfast International Airport Constabulary (BFS) • Belfast Harbour Police • Legal Services Agency NI The Contract will be split in two lots Lot 1 Written Translation and Transcription Services Lot 2 Telephone Interpreting services Each Lot within this Contract will be awarded based on the Most Economically Advantageous Tender. Each lot will be awarded to a single supplier based on the highest ranked tenderer. The Initial Contract period of 3 years plus two one year extension options (5 years in total)
two.1.5) Estimated total value
Value excluding VAT: £2,484,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Lot 1 - Written Translation and Transcription Services
Lot No
1
two.2.2) Additional CPV code(s)
- 79540000 - Interpretation services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The CPD Justice Sector Category team intends to establish a Contract on behalf of the Bodies within the Criminal Justice Sector, to provide interpretation and translation services to: • Police Service of Northern Ireland (PSNI) • Northern Ireland Prison Service (NIPS) • Public Prosecution Service (PPS) • Probation Board of Northern Ireland (PBNI) • Northern Ireland Courts and Tribunals Service (NICTS) • Department of Justice (DOJ) • Youth Justice Agency (YJA) • Police Ombudsman for Northern Ireland (PONI) • Belfast International Airport Constabulary (BFS) • Belfast Harbour Police • Legal Services Agency NI The Contract will be split in two lots Lot 1 Written Translation and Transcription Services Lot 2 Telephone Interpreting services Each Lot within this Contract will be awarded based on the Most Economically Advantageous Tender. Each lot will be awarded to a single supplier based on the highest ranked tenderer. The Initial Contract period of 3 years plus two one year extension options (5 years in total)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,948,100
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
After the initial contract period, there are 2 options to extend for 1 year 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
two.2) Description
two.2.1) Title
Lot 2 - Telephone Interpreting Services
Lot No
2
two.2.2) Additional CPV code(s)
- 79540000 - Interpretation services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The CPD Justice Sector Category team intends to establish a Contract on behalf of the Bodies within the Criminal Justice Sector, to provide interpretation and translation services to: • Police Service of Northern Ireland (PSNI) • Northern Ireland Prison Service (NIPS) • Public Prosecution Service (PPS) • Probation Board of Northern Ireland (PBNI) • Northern Ireland Courts and Tribunals Service (NICTS) • Department of Justice (DOJ) • Youth Justice Agency (YJA) • Police Ombudsman for Northern Ireland (PONI) • Belfast International Airport Constabulary (BFS) • Belfast Harbour Police • Legal Services Agency NI The Contract will be split in two lots Lot 1 Written Translation and Transcription Services Lot 2 Telephone Interpreting services Each Lot within this Contract will be awarded based on the Most Economically Advantageous Tender. Each lot will be awarded to a single supplier based on the highest ranked tenderer. The Initial Contract period of 3 years plus two one year extension options (5 years in total)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £535,900
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
After the initial contract period, there are 2 options to extend for 1 year 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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.2.2) Time limit for receipt of tenders or requests to participate
Date
23 March 2022
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 21 July 2022
four.2.7) Conditions for opening of tenders
Date
23 March 2022
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The successful contractor’s performance on the contract will be regularly monitored in line with PGN 01/12. 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 twelve months from the date of issue of the certificate.”
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.
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.