Tender

Welsh Justice Research Programme

  • Llywodraeth Cymru / Welsh Government

F02: Contract notice

Notice identifier: 2024/S 000-023418

Procurement identifier (OCID): ocds-h6vhtk-045a05

Published 26 July 2024, 2:03pm



Section one: Contracting authority

one.1) Name and addresses

Llywodraeth Cymru / Welsh Government

Gwasanaethau Caffael Corfforaethol / Corporate Procurement Services, Parc Cathays / Cathays Park

Caerdydd / Cardiff

CF10 3NQ

Email

CPSProcurementAdvice@gov.wales

Telephone

+44 3000257095

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://gov.wales

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenderwales.bravosolution.co.uk/web/login.shtml

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/web/login.shtml

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

Welsh Justice Research Programme

Reference number

C267/2023/2024

two.1.2) Main CPV code

  • 73110000 - Research services

two.1.3) Type of contract

Services

two.1.4) Short description

The Welsh Government wish to commission a programme of research to inform and assist with preparations for the potential devolution of policing and justice functions to Wales. The programme of work will respond to various commissions into the constitutional arrangements in Wales and their findings around justice, as well as contributing and building upon existing research relating to the devolution of justice.

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79311400 - Economic research services
  • 79300000 - Market and economic research; polling and statistics
  • 79311410 - Economic impact assessment
  • 72316000 - Data analysis services
  • 73210000 - Research consultancy services
  • 79315000 - Social research services
  • 73000000 - Research and development services and related consultancy services
  • 73200000 - Research and development consultancy services
  • 73300000 - Design and execution of research and development

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

The programme of work will respond to various commissions into the constitutional arrangements in Wales and their findings around justice, as well as contributing and building upon existing research relating to the devolution of justice. The research programme will provide three areas of work:

To assist in the assessment of preparedness, capacity and capability for further devolution of justice and policing functions and powers within Welsh Government, as well as potentially within the Senedd and partner and stakeholder organisations in the justice, policing and legal and advice sectors in Wales.

To inform discussions and developments relating to the devolution of justice and policing functions and powers, and to consider existing practices to improve outcomes under the current constitutional arrangements. The primary focus will be on youth justice, probation and policing while allowing for the consideration of other aspects of criminal justice where necessary.

To provide analysis and research considering trends relating to the current operation and delivery of criminal justice and policing in Wales, including how they interact with different populations and communities in Wales. Such work will inform the identification of future priorities and act as a baseline against which changes to justice and policing can be assessed through ongoing monitoring.

There will need to be flexibility in the research programme so it can be responsive to emerging needs and changing policy contexts and priorities. Integral to this will be the formulation of annual workplans to be agreed with the Welsh Government and an independent advisory group (that will be developed alongside the research programme to advise on the direction of the work) to direct the activity of the research programme. The annual workplans will be used to determine and agree the research activity for 12 months, including the particular projects, questions and methods to be addressed. It is expected that there will be three annual workplans over the course of the research programme.

It is expected that a variety of methods will be required to deliver the work, including reviews of existing evidence, data and practices and primary data collection in the form of interviews, focus groups, workshops and surveys of those with knowledge and understanding of the operation of justice services.

The Client proposes to award a 40-month contract consisting of three periods of 16 months + 12 months + 12 months. The contract will be subject to annual reviews, whereby towards the end of each of the three periods a decision will be required to be taken about whether the contract should continue. These decisions will be made in line with the delivery of the annual work plans.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

40

This contract is subject to renewal

Yes

Description of renewals

Contract will run for an initial term of 16 months with the option to extend, on an annual basis, for up to a further 2 years.

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

As stated in the tender documentation.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: 2024/S 000-015533

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 October 2024

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

7 October 2024

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Possibility that this requirement may be subject to further procurements. In which case a new notice would be issued in 2027.

six.3) Additional information

E-TENDER INFORMATION:

https://etenderwales.bravosolution.co.uk

- The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.

- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.

- The User who performs the Registration becomes the Super User for the Organisation.

- On registering on the Platform the Super User will select a Username and will receive a password.

- The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.

- In order to log-in to the Platform please enter your Username and Password.

- Note: If you forget your Password then visit the homepage and click “Forgot your password?”

- Registration should only be performed once for each Organisation.

- If you think that someone in your Organisation may have already registered on this Platform then you must not register again.

- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.

- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).

- Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the Helpdesk to gain access to the Platform.

- Tenders must be uploaded to the BravoSolution portal by 2pm

HOW TO FIND THE ITT:

- Once logged in you must click on ‘ITT’s Open to all Suppliers’

- The etender references for this contract are: Project_55899 and

ITT _109344

- Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the ‘Express an Interest button’. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.

- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.

- Should you have any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly – Please do not contact the named person at the top of this notice.

NOTE: The authority is using eTenderwales to carry out this procurement process.To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID= 143274

(WA Ref:143274)

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

as described in the tender documents

The buyer considers that this contract is suitable for consortia bidding.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=143274

(WA Ref:143274)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom