Contract

DoJ - Provision of an Advocacy Service for Victims of Domestic and Sexual Abuse

  • Department of Justice
  • Police Service of Northern Ireland

F03: Contract award notice

Notice identifier: 2025/S 000-005597

Procurement identifier (OCID): ocds-h6vhtk-04b6be

Published 18 February 2025, 2:13pm



Section one: Contracting authority

one.1) Name and addresses

Department of Justice

c/o Construction and Procurement Delivery, 303 Airport Road West

BELFAST

BT3 9ED

Email

justice.cpd@finance-ni.gov.uk

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

Police Service of Northern Ireland

c/o Construction Procurement Delivery, Clare House, 303 Airport Road West

Belfast

BT3 9ED

Email

justice.cpd@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.psni.police.uk/

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

DoJ - Provision of an Advocacy Service for Victims of Domestic and Sexual Abuse

Reference number

ID5609268

two.1.2) Main CPV code

  • 85312310 - Guidance services

two.1.3) Type of contract

Services

two.1.4) Short description

The Department of Justice (DoJ) has a range of powers relating to devolved policing and justice functions and is responsible for the legislative and policy framework of, as well as for resourcing, the justice system. It comprises four Directorates - Access to Justice, Safer Communities, Justice Delivery and Reducing Offending - and is responsible for a number of agencies and arm’s length bodies which enable it to deliver upon its priorities. The Police Service of Northern Ireland (PSNI) seeks to keep people safe through policing with the community. This involves understanding and responding to the human impact of policing, creating real participation between police and the community – a partnership in which policing reflects and responds to the community’s needs and in which the community plays an active part in delivering a solution. Tackling domestic and sexual abuse is a key priority for the Justice Minister, as well as for the Chief Constable of PSNI, much work has already progressed, and continues to be taken forward, at strategic, policy and operational levels, to address these issues in partnership with the other Executive Departments; statutory agencies and community and voluntary sector bodies. DoJ, in partnership with PSNI, wishes to appoint a service provider(s) to deliver revised Northern Ireland-wide advocacy services for qualifying victims of domestic and sexual abuse. The current contract is intended to provide a service for all victims of domestic and sexual abuse who are engaging with the criminal justice system, those who are referred by the Rowan Sexual Abuse Referral Centre and for those who have been referred into a Multi-Agency Risk Assessment Conference (MARAC).

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £8,400,000

two.2) Description

two.2.1) Title

Lot 1 - Adult Service 18 and over

Lot No

1

two.2.2) Additional CPV code(s)

  • 85312310 - Guidance services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

Details provided in Specification document.

two.2.4) Description of the procurement

The Department of Justice (DoJ) has a range of powers relating to devolved policing and justice functions and is responsible for the legislative and policy framework of, as well as for resourcing, the justice system. It comprises four Directorates - Access to Justice, Safer Communities, Justice Delivery and Reducing Offending - and is responsible for a number of agencies and arm’s length bodies which enable it to deliver upon its priorities. The Police Service of Northern Ireland (PSNI) seeks to keep people safe through policing with the community. This involves understanding and responding to the human impact of policing, creating real participation between police and the community – a partnership in which policing reflects and responds to the community’s needs and in which the community plays an active part in delivering a solution. Tackling domestic and sexual abuse is a key priority for the Justice Minister, as well as for the Chief Constable of PSNI, much work has already progressed, and continues to be taken forward, at strategic, policy and operational levels, to address these issues in partnership with the other Executive Departments; statutory agencies and community and voluntary sector bodies. DoJ, in partnership with PSNI, wishes to appoint a service provider(s) to deliver revised Northern Ireland-wide advocacy services for qualifying victims of domestic and sexual abuse. The current contract is intended to provide a service for all victims of domestic and sexual abuse who are engaging with the criminal justice system, those who are referred by the Rowan Sexual Abuse Referral Centre and for those who have been referred into a Multi-Agency Risk Assessment Conference (MARAC).

two.2.5) Award criteria

Quality criterion - Name: AC1 Service Delivery / Weighting: 20

Quality criterion - Name: AC2 Recruitment and Management of Staff / Weighting: 10

Quality criterion - Name: AC3 Contract Management / Weighting: 10

Quality criterion - Name: AC4 Data Handling and Maintenance / Weighting: 5

Quality criterion - Name: AC5 Social Value / Weighting: 10

Quality criterion - Name: AC6 Continuity of Service / Weighting: 5

Quality criterion - Name: AC7 Promotion of Advocacy Service / Weighting: 5

Price - Weighting: 35

two.2.11) Information about options

Options: Yes

Description of options

Extension periods – 2 x 2 years

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 - Child Service under 18

Lot No

2

two.2.2) Additional CPV code(s)

  • 85312310 - Guidance services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

Details provided in Specification document.

two.2.4) Description of the procurement

The Department of Justice (DoJ) has a range of powers relating to devolved policing and justice functions and is responsible for the legislative and policy framework of, as well as for resourcing, the justice system. It comprises four Directorates - Access to Justice, Safer Communities, Justice Delivery and Reducing Offending - and is responsible for a number of agencies and arm’s length bodies which enable it to deliver upon its priorities. The Police Service of Northern Ireland (PSNI) seeks to keep people safe through policing with the community. This involves understanding and responding to the human impact of policing, creating real participation between police and the community – a partnership in which policing reflects and responds to the community’s needs and in which the community plays an active part in delivering a solution. Tackling domestic and sexual abuse is a key priority for the Justice Minister, as well as for the Chief Constable of PSNI, much work has already progressed, and continues to be taken forward, at strategic, policy and operational levels, to address these issues in partnership with the other Executive Departments; statutory agencies and community and voluntary sector bodies. DoJ, in partnership with PSNI, wishes to appoint a service provider(s) to deliver revised Northern Ireland-wide advocacy services for qualifying victims of domestic and sexual abuse. The current contract is intended to provide a service for all victims of domestic and sexual abuse who are engaging with the criminal justice system, those who are referred by the Rowan Sexual Abuse Referral Centre and for those who have been referred into a Multi-Agency Risk Assessment Conference (MARAC).

two.2.5) Award criteria

Quality criterion - Name: AC1 Service Delivery / Weighting: 20

Quality criterion - Name: AC2 Recruitment and Management of Staff / Weighting: 10

Quality criterion - Name: AC3 Contract Management / Weighting: 10

Quality criterion - Name: AC4 Data Handling and Maintenance / Weighting: 5

Quality criterion - Name: AC5 Social Value / Weighting: 10

Quality criterion - Name: AC6 Continuity of Service / Weighting: 5

Quality criterion - Name: AC7 Promotion of Advocacy Service / Weighting: 5

Price - Weighting: 35

two.2.11) Information about options

Options: Yes

Description of options

Extension periods – 2 x 2 years

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 000-036982


Section five. Award of contract

Contract No

1

Lot No

1

Title

Lot 1 - Adult Service (18 and over)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

11 February 2025

five.2.2) Information about tenders

Number of tenders received: 3

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: 3

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

Email

justice.cpd@finance-ni.gov.uk

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: £4,550,000

Total value of the contract/lot: £4,550,000


Section five. Award of contract

Contract No

2

Lot No

2

Title

Lot 2 - Child Service (under 18)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

11 February 2025

five.2.2) Information about tenders

Number of tenders received: 3

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: 3

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

Email

justice.cpd@finance-ni.gov.uk

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: £3,850,000

Total value of the contract/lot: £3,850,000


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 values listed are broad estimates only and include 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 estimates are 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 decisions before the contracts were entered into.