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
UKN - Northern Ireland
Justification for not providing organisation identifier
Not on any register
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
UKN - Northern Ireland
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement
one.1) Name and addresses
Probation Board for Northern Ireland
c/o Construction Procurement Delivery, Clare House, 303 Airport Road West
Belfast
BT3 9ED
Country
United Kingdom
Region code
UKN - Northern Ireland
Justification for not providing organisation identifier
Not on any register
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 Electronic Monitoring Services in Northern Ireland
Reference number
ID3342314
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.1.4) Short description
The Department of Justice (DOJ) require a contract for the provision of services for the Electronic Monitoring (EM) of offenders in Northern Ireland. The scope of EM is a public
protection tool for both for the judiciary and for the criminal justice agencies monitoring offenders in the community. The Criminal Justice (Northern Ireland ) Order 2008 ("the 2008
Order") provides that electronic monitoring services are made available to facilitate effective monitoring of offenders' compliance with curfew conditions aimed at enhancing
their supervision and limiting their opportunity to reoffend. EM is a key public protection tool for both for the judiciary and for the criminal justice agencies (CJA) who monitor offenders in
the community. The four CJA clients using EM services are:
• NI Court Service (NICTS);
•Police Service NI (PSNI);
• NI Prison Service (NIPS); and
• Probation Board NI (PBNI).
EM currently monitors adherence to curfews requiring the confinement of the subject within the boundaries of an approved address for a period of between 2 and 12 hours per day. It uses an
electronic tag fitted to a subject which sends a signal to a receiver unit located at the curfew address - usually the subject's home. During the hours of the curfew, breaks in the signal (where the tag goes out of range of the receiver) indicate that a curfew violation has occurred and are verified and reported by the service provider to the appropriate supervising CJA. The monitoring information EM provides can be presented at court to confirm curfew
condition violations or support the prosecution case in relation to any other offences which may have been committed whilst being monitored. It therefore plays an important role in levels of public confidence, hampers the ability of an offender to reoffend (during the curfew hours when the court believes they are at greatest risk of re-offending) and can provide valuable information to statutory authorities which can be used to support the detection and
prosecution of crime.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £20,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 79714000 - Surveillance services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Potentially any location within Northern Ireland.
two.2.4) Description of the procurement
The Department of Justice (DOJ) require a contract for the provision of services for the Electronic Monitoring (EM) of offenders in Northern Ireland. The scope of EM is a public
protection tool for both for the judiciary and for the criminal justice agencies monitoring offenders in the community. The Criminal Justice (Northern Ireland ) Order 2008 ("the 2008
Order") provides that electronic monitoring services are made available to facilitate effective monitoring of offenders' compliance with curfew conditions aimed at enhancing
their supervision and limiting their opportunity to reoffend. EM is a key public protection tool for both for the judiciary and for the criminal justice agencies (CJA) who monitor offenders in
the community. The four CJA clients using EM services are:
• NI Court Service (NICTS);
•Police Service NI (PSNI);
• NI Prison Service (NIPS); and
• Probation Board NI (PBNI).
EM currently monitors adherence to curfews requiring the confinement of the subject within the boundaries of an approved address for a period of between 2 and 12 hours per day. It uses an
electronic tag fitted to a subject which sends a signal to a receiver unit located at the curfew address - usually the subject's home. During the hours of the curfew, breaks in the signal (where the tag goes out of range of the receiver) indicate that a curfew violation has occurred and are verified and reported by the service provider to the appropriate supervising CJA. The monitoring information EM provides can be presented at court to confirm curfew
condition violations or support the prosecution case in relation to any other offences which may have been committed whilst being monitored. It therefore plays an important role in levels of public confidence, hampers the ability of an offender to reoffend (during the curfew hours when the court believes they are at greatest risk of re-offending) and can provide valuable information to statutory authorities which can be used to support the detection and
prosecution of crime.
two.2.5) Award criteria
Quality criterion - Name: AC1 Operational Service Requirements (i) / Weighting: 12
Quality criterion - Name: AC2 Operational Service Requirements (ii) / Weighting: 4
Quality criterion - Name: AC3 Operational Service Requirements (iii) / Weighting: 4
Quality criterion - Name: AC4 Management Information Systems and Reporting Requirements / Weighting: 10
Quality criterion - Name: AC5 Technical Requirements / Weighting: 12
Quality criterion - Name: AC6 Service Requirements including Implementation and Transition / Weighting: 10
Quality criterion - Name: AC7 Information Security / Weighting: 4
Quality criterion - Name: AC8 Personnel Experience - Project Manager / Weighting: 4
Quality criterion - Name: AC9 Social Value / Weighting: 10
Price - Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
The Contract will be for an initial period of five (5) years, with scope for two further extensions, of three (3) and two (2) years. If both extension periods are used, the total contract period will be ten (10) years.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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: 2022/S 000-025508
Section five. Award of contract
Title
DoJ Provision of Electronic Monitoring Services in Northern Ireland
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 March 2025
five.2.2) Information about tenders
Number of tenders received: 2
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
Companies House
Information withheld for security reasons
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £20,000,000
Total value of the contract/lot: £20,000,000
Section six. Complementary information
six.3) Additional information
With reference to IV.2.1: please note that the correct contract notice reference is 2023/S 000-018490. The FTS system would not recognise this.
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 value listed is a broad estimate only and includes 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 estimate is 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 contractor's 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