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
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
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
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
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
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.