Section one: Contracting authority
one.1) Name and addresses
Secretary of State for Justice
102 Petty France
London
SW1H 9AJ
Telephone
+44 02033343555
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
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/web/login.html
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
Social protection
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Witness Service (2024 - 2028)
two.1.2) Main CPV code
- 75230000 - Justice services
two.1.3) Type of contract
Services
two.1.4) Short description
The Secretary of State for Justice (the “Authority”) invites suppliers to bid for a contract to provide support services to witnesses attending court or involved in court hearings including:
- Providing information to witnesses about their rights and the process of giving evidence;
- Supporting witnesses through the trial process, before, during and after the trial;
- Offering outreach support to vulnerable and intimidated witnesses.
two.1.5) Estimated total value
Value excluding VAT: £45,100,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 75231100 - Law-courts-related administrative services
- 79140000 - Legal advisory and information services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
two.2.4) Description of the procurement
The Witness Service is an existing service which is being re-procured. The service operates in all Criminal Courts in England and Wales, delivered by a combination of volunteers and paid staff providing emotional and practical support to prosecution and defence witnesses to enable them to give their best evidence.
In the service being re-procured, priority will be given to delivering essential improvements in value-for-money and quality of service, as well as testing ambitious options to future-proof the design of the service based on lessons learned in recent years.
The Authority intends to award a contract to a supplier to provide support which is guided by the following principles:
- Continue to deliver a service for witnesses attending court - building on the existing model for support and the significant benefits it provides to witnesses.
- Improve the service at a detailed level, learning lessons from victim policy in recent years. This will include working to create a more trauma-informed approach, improving the accessibility of the service and improving partnership working with victim advocates.
The anticipated quantity or scope is an estimate of the potential value of the contract and does not in any way guarantee any level of expenditure. All values should be considered as indicative only.
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: £45,100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2028
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: 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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Condition 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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-003102
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 May 2023
Local time
10:00am
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
Duration in months: 10 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 May 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The services being procured are covered by the type of services listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) and so pursuant to Regulation 74 will be subject to the Light Touch Regime. The Authority will conduct a procedure similar to the Open Procedure but with some modifications which are set out in the procurement documents, and will comply with its obligations of equal treatment, transparency, non-discrimination and proportionality at all times during the procurement.
QUALITATIVE ASSESSMENT:
Details of the objective criteria for selecting a winning bidder will be set out in the procurement documents.
ECONOMIC AND FINANCIAL ASSESSMENT
Details of the Authority's approach to Economic and Financial assessment will be set out in the procurement documents.
AWARD CRITERIA:
The award criteria will be based on the Most Economically Advantageous Tender, evaluated on a Price per Quality Point basis. Variant bids will not be permitted
REGISTRATION:
The Authority will be performing events through its e-Sourcing Portal known as Jaggaer. Jaggaer is an online application that allows all potential suppliers to create and submit their responses in any procurement via the internet.
Bidders Instructions to express an interest in this tender
1). Login to the Portal with the username/password.
2) Click the 'PQQs / ITTs Open To All Suppliers' link. (These are pre-qualification questionnaires or invitations to tender open to any registered supplier).
3) Click on the relevant SQ/ ITT to access the content using the following:
Project Code - prj_9882
ITT Code - ITT_7158
4). Click the Express Interest button at the top of the page. This will move the ITT into your My ITTs page. This is a secure area reserved for your projects only.
5) You can now access any attachments by clicking Buyer Attachments in the ITT Details box. Instructions on how to submit a tender will be provided.
six.4) Procedures for review
six.4.1) Review body
Ministry of Justice
London
Country
United Kingdom