Contract

ID 3842055 - Department of Justice (DoJ) - The Provision of Written Translation and Transcription Services and Telephone Interpreting Services to Criminal Justice Organisations (CJOs)

  • Department of Justice

F03: Contract award notice

Notice identifier: 2022/S 000-020288

Procurement identifier (OCID): ocds-h6vhtk-03186e

Published 26 July 2022, 11:54am



Section one: Contracting authority

one.1) Name and addresses

Department of Justice

C/O 303 Airport Road West

BELFAST

BT3 9ED

Email

Justice.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS 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.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID 3842055 - Department of Justice (DoJ) - The Provision of Written Translation and Transcription Services and Telephone Interpreting Services to Criminal Justice Organisations (CJOs)

Reference number

3842055

two.1.2) Main CPV code

  • 79530000 - Translation services

two.1.3) Type of contract

Services

two.1.4) Short description

The CPD Justice Sector Category team intends to establish a Contract on behalf of the Bodies within the Criminal Justice Sector, to provide interpretation and translation services to: • Police Service of Northern Ireland (PSNI) • Northern Ireland Prison Service (NIPS) • Public Prosecution Service (PPS) • Probation Board of Northern Ireland (PBNI) • Northern Ireland Courts and Tribunals Service (NICTS) • Department of Justice (DOJ) • Youth Justice Agency (YJA) • Police Ombudsman for Northern Ireland (PONI) • Belfast International Airport Constabulary (BFS) • Belfast Harbour Police • Legal Services Agency NI The Contract will be split in two lots Lot 1 Written Translation and Transcription Services Lot 2 Telephone Interpreting services Each Lot within this Contract will be awarded based on the Most Economically Advantageous Tender. Each lot will be awarded to a single supplier based on the highest ranked tenderer. The Initial Contract period of 3 years plus two one year extension options (5 years in total)

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: £2,157,944.15

two.2) Description

two.2.1) Title

Lot 1 - Written Translation and Transcription Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 79540000 - Interpretation services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The CPD Justice Sector Category team intends to establish a Contract on behalf of the Bodies within the Criminal Justice Sector, to provide interpretation and translation services to: • Police Service of Northern Ireland (PSNI) • Northern Ireland Prison Service (NIPS) • Public Prosecution Service (PPS) • Probation Board of Northern Ireland (PBNI) • Northern Ireland Courts and Tribunals Service (NICTS) • Department of Justice (DOJ) • Youth Justice Agency (YJA) • Police Ombudsman for Northern Ireland (PONI) • Belfast International Airport Constabulary (BFS) • Belfast Harbour Police • Legal Services Agency NI The Contract will be split in two lots Lot 1 Written Translation and Transcription Services Lot 2 Telephone Interpreting services Each Lot within this Contract will be awarded based on the Most Economically Advantageous Tender. Each lot will be awarded to a single supplier based on the highest ranked tenderer. The Initial Contract period of 3 years plus two one year extension options (5 years in total)

two.2.5) Award criteria

Quality criterion - Name: Award Criteria / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

Initial period of 3 years plus two one year extension options 5 years in total.

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 - Telephone Interpreting Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 79540000 - Interpretation services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The CPD Justice Sector Category team intends to establish a Contract on behalf of the Bodies within the Criminal Justice Sector, to provide interpretation and translation services to: • Police Service of Northern Ireland (PSNI) • Northern Ireland Prison Service (NIPS) • Public Prosecution Service (PPS) • Probation Board of Northern Ireland (PBNI) • Northern Ireland Courts and Tribunals Service (NICTS) • Department of Justice (DOJ) • Youth Justice Agency (YJA) • Police Ombudsman for Northern Ireland (PONI) • Belfast International Airport Constabulary (BFS) • Belfast Harbour Police • Legal Services Agency NI The Contract will be split in two lots Lot 1 Written Translation and Transcription Services Lot 2 Telephone Interpreting services Each Lot within this Contract will be awarded based on the Most Economically Advantageous Tender. Each lot will be awarded to a single supplier based on the highest ranked tenderer. The Initial Contract period of 3 years plus two one year extension options (5 years in total)

two.2.5) Award criteria

Quality criterion - Name: Award Criteria / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

Initial period of 3 years plus two one year extension options 5 years in total.

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: 2022/S 000-004562


Section five. Award of contract

Contract No

1

Lot No

1

Title

Lot 1 - Written Translation and Transcription Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

26 July 2022

five.2.2) Information about tenders

Number of tenders received: 7

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: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Identity withheld for security reasons

UK

Email

Justice.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

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: £1,693,978

Total value of the contract/lot: £1,693,977.15


Section five. Award of contract

Contract No

2

Lot No

2

Title

Lot 2 - Telephone Interpreting Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

26 July 2022

five.2.2) Information about tenders

Number of tenders received: 7

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: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Identity withheld for security reasons

UK

Email

Justice.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

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: £463,967

Total value of the contract/lot: £463,967


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 estimated contract values stated are broad estimates only, 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.. The successful contractor’s performance on this contract will be managed as per specification and regularly monitored (see Procurement Guidance Note 1/12 Contract Management: https://www.financeni.gov.uk/sites/default/files/publications/dfp/PGN-01012-Contract-Management-Principles-Procedures-25-Sept-2017.PDF).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.

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD complied with the Public Contracts Regulations 2015 (as amended) and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.