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
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.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
Tenders or requests to participate must be submitted to the above-mentioned address
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 - Cost of Adverse Childhood Experiences (ACEs) NI
Reference number
ID 4748059
two.1.2) Main CPV code
- 73200000 - Research and development consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The Department of Justice (DoJ) coordinates the Tackling Paramilitary Activity, Criminality and Organised Crime Programme which is the Executive’s response to its commitment made under the Fresh Start agreement of November 2015 and the New Decade, New Approach (NDNA) document of 2020. It is reflected in the Programme for Government / Outcomes Delivery Plan and DoJ Corporate Plan for 2022-25. The Tackling Paramilitary Activity, Criminality, and Organised Crime Programme is a collaborative, Executive-wide approach which has the outcome of ‘safer communities, resilient to paramilitarism, criminality and coercive control’. It was initially established in 2016 as a result of the Fresh Start Agreement as a means of implementing the Independent Panel’s Report on the Disbandment of Paramilitary Groups. So far, Programme data confirms the findings of other studies that point to significant levels of trauma in communities where paramilitary activity is prevalent, and among those who are receiving or seeking support from the Programme. For that reason, the Programme is seeking to be trauma informed in all that it does; this means giving due consideration to the impact that trauma has on victims of paramilitarism, as well as those who help and support them. To support this goal, and to better understand need to improve service delivery, the Programme seeks to understand the prevalence of trauma, with the target of establishing a comprehensive baseline of levels of adverse childhood experiences (ACES), childhood trauma and exposure to violence in Northern Ireland. To do so, the Programme wishes to engage a contractor to complete an action research requirement to generate data and produce an associated research report to evidence the prevalence of ACEs, childhood trauma and exposure to violence in Northern Ireland.
two.1.5) Estimated total value
Value excluding VAT: £150,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 73000000 - Research and development services and related consultancy services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Department of Justice (DoJ) coordinates the Tackling Paramilitary Activity, Criminality and Organised Crime Programme which is the Executive’s response to its commitment made under the Fresh Start agreement of November 2015 and the New Decade, New Approach (NDNA) document of 2020. It is reflected in the Programme for Government / Outcomes Delivery Plan and DoJ Corporate Plan for 2022-25. The Tackling Paramilitary Activity, Criminality, and Organised Crime Programme is a collaborative, Executive-wide approach which has the outcome of ‘safer communities, resilient to paramilitarism, criminality and coercive control’. It was initially established in 2016 as a result of the Fresh Start Agreement as a means of implementing the Independent Panel’s Report on the Disbandment of Paramilitary Groups. So far, Programme data confirms the findings of other studies that point to significant levels of trauma in communities where paramilitary activity is prevalent, and among those who are receiving or seeking support from the Programme. For that reason, the Programme is seeking to be trauma informed in all that it does; this means giving due consideration to the impact that trauma has on victims of paramilitarism, as well as those who help and support them. To support this goal, and to better understand need to improve service delivery, the Programme seeks to understand the prevalence of trauma, with the target of establishing a comprehensive baseline of levels of adverse childhood experiences (ACES), childhood trauma and exposure to violence in Northern Ireland. To do so, the Programme wishes to engage a contractor to complete an action research requirement to generate data and produce an associated research report to evidence the prevalence of ACEs, childhood trauma and exposure to violence in Northern Ireland.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
5
This contract is subject to renewal
No
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.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
Accelerated procedure
Justification:
Client funding is timebound and all work must be completed by the end of financial year 2023-24 (no later than 31st March 2024). Accelerated procedure is being used to slightly reduce timescales in line with Regulation 27(5).
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
23 October 2023
Local time
3:00pm
Changed to:
Date
30 October 2023
Local time
3:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 21 January 2024
four.2.7) Conditions for opening of tenders
Date
23 October 2023
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
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, and includes additional quantum for unforeseen demand. 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 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.