Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
HMCTSCommissioningandCommercial@justice.gov.uk
Telephone
+44 02033343555
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://ministryofjusticecommercial.bravosolution.co.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://ministryofjusticecommercial.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://ministryofjusticecommercial.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Administration of Mediation Voucher Services
two.1.2) Main CPV code
- 75110000 - General public services
two.1.3) Type of contract
Services
two.1.4) Short description
This notice is a call to competition. The procurement is for the provision of the Administration of Mediation Voucher Services on behalf of The Ministry of Justice (MOJ)
two.1.5) Estimated total value
Value excluding VAT: £700,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 75131000 - Government services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This is a for information notice of an Opportunity for a procurement for The Ministry of Justice (MOJ) for Administration Services for the Mediation Voucher Scheme. The contract is expected to run between June 2023 and March 2025 inclusive.
The MoJ is responsible for the court procedures in private family law, and supports non-adversarial, out-of-court methods of dispute resolution, where deemed safe and appropriate. The Family Mediation Council (FMC) are an independent body and are responsible for accrediting family mediators in England and Wales. This responsibility is described in full in Family Procedure Rules, which can be accessed at www.justice.gov.uk/courts/procedure-rules/family. Eligibility for the Family Mediation Voucher Scheme (the Scheme) is determined during a Mediation Information Assessment Meeting (MIAM), which must be carried out by an FMC authorised mediator. Irrespective of parties' financial status, the Scheme is open to all (other than with safety concerns).
The MoJ is procuring a Supplier to administer the family mediation scheme to parents who are separating and other carers of children who have been deemed safe and eligible for the Scheme during a Mediation Assessment Information Meeting. The Supplier will be responsible for the administration of the Scheme (not the mediations themselves), which will be separately carried out by suitable FMC authorised mediators in the required quantities, with the skills and knowledge to deliver this specification.
At a high level the Supplier will be responsible for ensuring:
Valid assurance that vouchers are distributed by only FMC accredited mediators, or, if in circumstances agreed by the FMC, Family Mediation Standards Board and the MoJ, suitable mediators working towards accreditation. This will require the design and delivery of a suitable end-to-end process and working with the FMC and MOJ to ensure all potentially eligible mediators are aware of the scheme and how it is operated.
Prompt assurance of payment of legitimate voucher fund requests from mediators.
Monitoring and evaluation of the service as per the detailed requirement included with the Invitation to Tender;
Raw Mediator and participant survey result data for referral to MoJ analytical team;
Reports on the deliverables and Management Information to the MoJ;
A robust complaints process for any issues that arise; and
Appropriate safeguarding of public money.
This list is not exhaustive - potential suppliers should refer to the full document suite on the ItT.
For information, the Scheme will operate under Section 70 of the Charities Act 2006 as of 31 December 2022.
two.2.5) Award criteria
Quality criterion - Name: As per the relevant ItT Guidance / Weighting: As per the relevant ItT Guidan
Price - Weighting: As per the ItT Guidance
two.2.6) Estimated value
Value excluding VAT: £700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2023
End date
31 March 2025
This contract is subject to renewal
Yes
Description of renewals
The initial term may be extended for a period of 1 year meaning a final potential end date of 31/03/2026
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
5 April 2023
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: 31 May 2023
four.2.7) Conditions for opening of tenders
Date
5 April 2023
Local time
3:00pm
Place
Electronically by Commercial Lead
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The MoJ is using Jaggaer for this procurement which means the ITT is available only in electronic form. To access this procurement opportunity please log on to Jaggaer or register for an account at https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html and search for the ITT using reference 'ITT_7139' to be able to view the ITT documents and submit a bid.
Transparency:
HM Government requires that tender documentation issued by government departments for contracts exceeding 10 000 GBP over the life of the contract are published online (www.gov.uk/contracts-finder) for the public. The resulting contract shall also be published. The Authority may use its discretion to redact information to protect key commercial interest or on prescribed grounds. Therefore, bidders who wish information not to be published, if successful, should secure agreements with the Authority prior to submission. These could cover key commercial interest, trade secrets and commercial interests which would be prejudiced by publication, all following the test in Section 43 of the Freedom of Information Act 2000 (https://ico.org.uk/media/for-organisations/documents/1178/commercial-interests-section-43-foia-guidance.pdf).
Only documentation related to the award will be published. The prescribed grounds for redaction are:
(a) national security;
(b) personal data;
(c) information protected by intellectual property rights;
(d) information which is not in the public interest to disclose (following tests under the Freedom of Information Act 2000);
(e) third party confidential information;
(f) IT security; and
(g) Prevention of fraud.
Freedom of information (FOI):
The Freedom of Information Act came fully into force in 2005. If any organisation considers that any information supplied by them is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivities specified. In such cases the relevant material will in response to FOI requests be examined in the light of exemptions provided for in the Act.
six.4) Procedures for review
six.4.1) Review body
Ministry of Justice
102 Petty France
London
SW1H 9AJ
HMCTSCommissioningandCommercial@justice.gov.uk
Country
United Kingdom