Notice Information
Notice Title
Witness Service (2023 - 2027)
Notice Description
The Witness Service is an existing service which will be recommissioned. The Witness Service has operated in all Criminal Courts in England and Wales since 2003, with a combination of volunteers and paid staff providing emotional and practical support to prosecution and defence witnesses to enable them to give their best evidence. The future service will be materially similar to the current model. However, we will also examine options for future improvement through effective engagement with the market. The Ministry of Justice is seeking a provider to provide support guided by the following principles, reflecting our vision for the service: To continue to deliver a service for witnesses attending court - building on the existing model for support and the significant benefits it provides to witnesses. To provide the service flexibility to better respond to new challenges, including pandemic-like scenarios, future use of Nightingale courts, Extended Operating Hours and support witnesses in giving remote and pre-recorded evidence. To improve the service at a detailed level, learning lessons from victim policy in recent years. This will include working to create a more trauma-informed approach, improving the accessibility of the service and improving partnership working with victim advocates. To create opportunities within the service design to test ambitious options for future improvement of the service, including through digital support. The anticipated quantity or scope is an estimate of the potential value of the contract and does not in any way guarantee any level of expenditure. The estimated cost range is real in 2022, does not account for inflation. All values should be considered as indicative only. Additional information: 1.TYPE OF PROCEDURE: The services being awarded are listed within Schedule 3 of the Public Contracts Regulations 2015 (PCR) and so pursuant to regulation 74 will be subject to the light regime under which the Authority is not obliged to comply with the full requirements of the PCR. The Authority will conduct an Open procedure and will comply with its obligations of equal treatment, transparency, non-discrimination and proportionality at all times during the procurement. 2. QUALITATIVE ASSESSMENT: Details of the objective criteria for selecting a winning bidder will be set out in the procurement documents. 3. ECONOMIC AND FINANCIAL ASSESSMENT Details of the Authority's approach to Economic and Financial assessment will be set out in the procurement documents. 4 AWARD CRITERIA: The award criteria will be based on the Most Economically Advantageous Tender (MEAT), evaluated on a Price per Quality Point (PQP) basis. Variant bids will not be permitted 5.REGISTRATION: The Authority will be performing events through its e-Sourcing Portal known as Jaggaer. The e-Sourcing Portal is an online application that allows all potential suppliers to create and submit their responses to any SQ and tenders via the internet. Bidders Instructions to express an interest in this tender 1). Login to the Portal with the username/password. 2) Click the ITTs Open To All Suppliers link. (These are invitations to tender open to any registered supplier). 3) Click on the relevant ITT to access the content using the following: Project Code - prj_7250 ITT Code - ITT_5936 4). Click the Express Interest button at the top of the page. This will move the ITT into your My ITTs page. This is a secure area reserved for your projects only. 5) You can now access any attachments by clicking Buyer Attachments in the ITT Details box. Instructions on how to submit a tender will be provided.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-16765ba3-8093-4a3a-8cb7-4d66f94ec5ef
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/63c66f59-20d2-48c9-a00d-0814260e232c
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
75 - Administration, defence and social security services
-
- CPV Codes
75230000 - Justice services
Notice Value(s)
- Tender Value
- £47,800,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 7 Feb 20224 years ago
- Submission Deadline
- 18 Mar 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2023 - 31 Mar 2027 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF JUSTICE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- SW1H 9AJ
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/63c66f59-20d2-48c9-a00d-0814260e232c
7th February 2022 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-16765ba3-8093-4a3a-8cb7-4d66f94ec5ef-2022-02-07T13:11:47Z",
"date": "2022-02-07T13:11:47Z",
"ocid": "ocds-b5fd17-16765ba3-8093-4a3a-8cb7-4d66f94ec5ef",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_286488/1035359",
"title": "Witness Service (2023 - 2027)",
"description": "The Witness Service is an existing service which will be recommissioned. The Witness Service has operated in all Criminal Courts in England and Wales since 2003, with a combination of volunteers and paid staff providing emotional and practical support to prosecution and defence witnesses to enable them to give their best evidence. The future service will be materially similar to the current model. However, we will also examine options for future improvement through effective engagement with the market. The Ministry of Justice is seeking a provider to provide support guided by the following principles, reflecting our vision for the service: To continue to deliver a service for witnesses attending court - building on the existing model for support and the significant benefits it provides to witnesses. To provide the service flexibility to better respond to new challenges, including pandemic-like scenarios, future use of Nightingale courts, Extended Operating Hours and support witnesses in giving remote and pre-recorded evidence. To improve the service at a detailed level, learning lessons from victim policy in recent years. This will include working to create a more trauma-informed approach, improving the accessibility of the service and improving partnership working with victim advocates. To create opportunities within the service design to test ambitious options for future improvement of the service, including through digital support. The anticipated quantity or scope is an estimate of the potential value of the contract and does not in any way guarantee any level of expenditure. The estimated cost range is real in 2022, does not account for inflation. All values should be considered as indicative only. Additional information: 1.TYPE OF PROCEDURE: The services being awarded are listed within Schedule 3 of the Public Contracts Regulations 2015 (PCR) and so pursuant to regulation 74 will be subject to the light regime under which the Authority is not obliged to comply with the full requirements of the PCR. The Authority will conduct an Open procedure and will comply with its obligations of equal treatment, transparency, non-discrimination and proportionality at all times during the procurement. 2. QUALITATIVE ASSESSMENT: Details of the objective criteria for selecting a winning bidder will be set out in the procurement documents. 3. ECONOMIC AND FINANCIAL ASSESSMENT Details of the Authority's approach to Economic and Financial assessment will be set out in the procurement documents. 4 AWARD CRITERIA: The award criteria will be based on the Most Economically Advantageous Tender (MEAT), evaluated on a Price per Quality Point (PQP) basis. Variant bids will not be permitted 5.REGISTRATION: The Authority will be performing events through its e-Sourcing Portal known as Jaggaer. The e-Sourcing Portal is an online application that allows all potential suppliers to create and submit their responses to any SQ and tenders via the internet. Bidders Instructions to express an interest in this tender 1). Login to the Portal with the username/password. 2) Click the ITTs Open To All Suppliers link. (These are invitations to tender open to any registered supplier). 3) Click on the relevant ITT to access the content using the following: Project Code - prj_7250 ITT Code - ITT_5936 4). Click the Express Interest button at the top of the page. This will move the ITT into your My ITTs page. This is a secure area reserved for your projects only. 5) You can now access any attachments by clicking Buyer Attachments in the ITT Details box. Instructions on how to submit a tender will be provided.",
"datePublished": "2022-02-07T13:11:47Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "75230000",
"description": "Justice services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "SW1H 9AJ"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 47800000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2022-03-18T12:00:00Z"
},
"contractPeriod": {
"startDate": "2023-04-01T00:00:00+01:00",
"endDate": "2027-03-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/63c66f59-20d2-48c9-a00d-0814260e232c",
"datePublished": "2022-02-07T13:11:47Z",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-183111",
"name": "Ministry of Justice",
"identifier": {
"legalName": "Ministry of Justice"
},
"address": {
"streetAddress": "102 Petty France",
"locality": "London",
"postalCode": "SW1H 9AJ",
"countryName": "England"
},
"contactPoint": {
"name": "Shirley Assimeng",
"email": "Shirley.Assimeng@justice.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-183111",
"name": "Ministry of Justice"
}
}