Section one: Contracting authority
one.1) Name and addresses
Department of Justice
C/O 303 Airport Road West
BELFAST
BT3 9ED
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
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
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.