Opportunity

ID 4860538 - DoJ – YJA - Provision of Healthcare/Nursing Services for Woodlands Juvenile Justice Centre

  • The Department of Justice - Youth Justice Agency

F21: Social and other specific services – public contracts (contract notice)

Notice reference: 2023/S 000-026490

Published 7 September 2023, 2:22pm



Section one: Contracting authority

one.1) Name and addresses

The Department of Justice - Youth Justice Agency

c/o CPD, 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/topics/youth-justice

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

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://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

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

ID 4860538 - DoJ – YJA - Provision of Healthcare/Nursing Services for Woodlands Juvenile Justice Centre

two.1.2) Main CPV code

  • 79600000 - Recruitment services

two.1.3) Type of contract

Services

two.1.4) Short description

Woodlands Juvenile Justice Centre is part of the Youth Justice Agency for Northern Ireland and is the only custodial facility for children and young people remanded or sentenced by the courts. Woodlands has been designed as a centre of excellence within a secure environment, offering a wide range of services and support to help prevent young people from re-offending. It provides a safe, secure and stimulating environment for up to 48 boys and girls between the ages of 10 and 17. It also operates as a place of safety with respect to the Police and Criminal Evidence Order. The children and young people cared for within secure environments are often some of society’s most vulnerable. These are young people with high levels of complex needs, who become completely dependent on the system and those professionals who work within it. The YJA wish to engage a contractor to supply registered nurses for the provision of Nursing to staff the Healthcare department at the Juvenile Justice Centre (JJC). The Contract will be for an initial period of one year, with the option to extend for a further one year period. Please refer to the Specification for full details of the requirements.

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79620000 - Supply services of personnel including temporary staff
  • 79624000 - Supply services of nursing personnel

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Woodlands Juvenile Justice Centre is part of the Youth Justice Agency for Northern Ireland and is the only custodial facility for children and young people remanded or sentenced by the courts. Woodlands has been designed as a centre of excellence within a secure environment, offering a wide range of services and support to help prevent young people from re-offending. It provides a safe, secure and stimulating environment for up to 48 boys and girls between the ages of 10 and 17. It also operates as a place of safety with respect to the Police and Criminal Evidence Order. The children and young people cared for within secure environments are often some of society’s most vulnerable. These are young people with high levels of complex needs, who become completely dependent on the system and those professionals who work within it. The YJA wish to engage a contractor to supply registered nurses for the provision of Nursing to staff the Healthcare department at the Juvenile Justice Centre (JJC). The Contract will be for an initial period of one year, with the option to extend for a further one year period. Please refer to the Specification for full details of the requirements.

two.2.6) Estimated value

Value excluding VAT: £500,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

12

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.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Selection and Award criteria are as stated in the procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.2) Administrative information

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

Date

29 September 2023

Local time

3:00pm

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

English


Section six. Complementary information

six.3) Additional information

This competition is for Schedule 3 Social and Other Specific Services of the Public Contracts. Regulations. 2015. Regulations 5(1) (d) and 74 to 76 are applicable.. Neither CPD nor the Department of Justice can provide any guarantee as to the level of business under this contract. The estimated. contract value is a broad estimate only; it includes additional quantum for unforeseen demand and to future proof. 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 the contract will be 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 CPD 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. The Authority expressly reserves the rights: . (i) not to award any contract as a result of the. procurement process commenced by publication of this notice;(ii) to make whatever changes it may see fit to the content and structure. of the tendering competition; (iii) to award (a) contract(s) in respect of any part(s) of the services covered by this notice and (iv) to award. contract(s) in stages. And under no circumstances will the Authority be liable for any costs incurred by Candidates.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued.

N/A

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e a minimum of 10 calendar days) at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.