Tender

MOJ Administration of Mediation Voucher Services

MINISTRY OF JUSTICE

This public procurement record has 1 release in its history.

Tender

02 Mar 2023 at 15:56

Summary of the contracting process

The Ministry of Justice (MoJ) has initiated a tender process for Administration Services for the Mediation Voucher Scheme, expected to run from June 2023 to March 2025. This opportunity falls under the category of General public services and government services. The procurement method is an open procedure, with a tender period ending on 5th April 2023. The contract will be administered at 102 Petty France, Westminster, England. Businesses interested in providing services related to family mediation administration, monitoring, evaluation, and complaint handling may find this tender suitable.

This opportunity by the MoJ is aimed at businesses that can efficiently distribute vouchers, process payments, and carry out service monitoring and evaluation for the Mediation Voucher Scheme. It presents a chance for Small and Medium-sized Enterprises (SMEs) and Voluntary, Community, and Social Enterprises (VCSEs) to engage in public procurement. The Ministry of Justice is using an open procedure for this procurement, offering a contract worth £700,000 for the specified period. Interested parties can access the tender documents electronically through the Jaggaer platform using reference 'ITT_7139'.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

MOJ Administration of Mediation Voucher Services

Notice Description

This is a for information notice of an Opportunity for a procurement for The Ministry of Justice (MOJ) for Administration Services for the Mediation Voucher Scheme. The contract is expected to run between June 2023 and March 2025 inclusive. The MoJ is responsible for the court procedures in private family law, and supports non-adversarial, out-of-court methods of dispute resolution, where deemed safe and appropriate. The Family Mediation Council (FMC) are an independent body and are responsible for accrediting family mediators in England and Wales. This responsibility is described in full in Family Procedure Rules, which can be accessed at www.justice.gov.uk/courts/procedure-rules/family. Eligibility for the Family Mediation Voucher Scheme (the Scheme) is determined during a Mediation Information Assessment Meeting (MIAM), which must be carried out by an FMC authorised mediator. Irrespective of parties' financial status, the Scheme is open to all (other than with safety concerns). The MoJ is procuring a Supplier to administer the family mediation scheme to parents who are separating and other carers of children who have been deemed safe and eligible for the Scheme during a Mediation Assessment Information Meeting. The Supplier will be responsible for the administration of the Scheme (not the mediations themselves), which will be separately carried out by suitable FMC authorised mediators in the required quantities, with the skills and knowledge to deliver this specification. At a high level the Supplier will be responsible for ensuring: Valid assurance that vouchers are distributed by only FMC accredited mediators, or, if in circumstances agreed by the FMC, Family Mediation Standards Board and the MoJ, suitable mediators working towards accreditation. This will require the design and delivery of a suitable end-to-end process and working with the FMC and MOJ to ensure all potentially eligible mediators are aware of the scheme and how it is operated. Prompt assurance of payment of legitimate voucher fund requests from mediators. Monitoring and evaluation of the service as per the detailed requirement included with the Invitation to Tender; Raw Mediator and participant survey result data for referral to MoJ analytical team; Reports on the deliverables and Management Information to the MoJ; A robust complaints process for any issues that arise; and Appropriate safeguarding of public money. This list is not exhaustive - potential suppliers should refer to the full document suite that will be avaliable on the ItT. For information, the Scheme will operate under Section 70 of the Charities Act 2006 as of 31 December 2022. Additional information: This notice is to advise potential suppliers of this upcoming opportunity, and to be aware of the plans and the resulting requirements. The onus will be on the potential suppliers to return bids within the time-frame. The MoJ is using Jaggaer for this procurement which means the ITT is available only in electronic form. To access this procurement opportunity please log on to Jaggaer or register for an account at https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html and search for the ITT using reference 'ITT_7139' to be able to view the ITT documents and submit a bid. The Authority reserves the right: - to amend, clarify, add to or withdraw all or any part of this planned procurement either before or during it's running; - to vary any timetable or deadlines set out in this notice or the ItT documentation; - not to run a procurement exercise or conclude a contract for some or all of the services stated in this notice; and - to cancel all or part of the procurement at any time. Transparency: HM Government requires that tender documentation issued by government departments for contracts exceeding 10 000 GBP over the life of the contract are published online (www.gov.uk/contracts-finder) for the public. The resulting contract shall also be published. The Authority may use its discretion to redact information to protect key commercial interest or on prescribed grounds. Therefore, bidders who wish information not to be published, if successful, should secure agreements with the Authority prior to submission. These could cover key commercial interest, trade secrets and commercial interests which would be prejudiced by publication, all following the test in Section 43 of the Freedom of Information Act 2000 (https://ico.org.uk/media/for-organisations/documents/1178/commercial-interests-section-43-foia-guidance.pdf). Only documentation related to the award will be published. The prescribed grounds for redaction are: (a) national security; (b) personal data; (c) information protected by intellectual property rights; (d) information which is not in the public interest to disclose (following tests under the Freedom of Information Act 2000); (e) third party confidential information; (f) IT security; and (g) Prevention of fraud. Freedom of information (FOI): The Freedom of Information Act came fully into force in 2005. If any organisation considers that any information supplied by them is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivities specified. In such cases the relevant material will in response to FOI requests be examined in the light of exemptions provided for in the Act.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-523d9906-c8af-4ae6-9840-e3ace9280a3c
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/c5d3e3dc-e629-4e3e-ace5-0b6d9f4fc41e
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 (below threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

75 - Administration, defence and social security services


CPV Codes

75110000 - General public services

75131000 - Government services

Notice Value(s)

Tender Value
£700,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Mar 20232 years ago
Submission Deadline
5 Apr 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 May 2023 - 31 Mar 2025 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE
Contact Name
Malcolm Macconnell
Contact Email
hmctscommissioningandcommercial@justice.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
WESTMINSTER
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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-b5fd17-523d9906-c8af-4ae6-9840-e3ace9280a3c-2023-03-02T15:56:53Z",
    "date": "2023-03-02T15:56:53Z",
    "ocid": "ocds-b5fd17-523d9906-c8af-4ae6-9840-e3ace9280a3c",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_340738/1172693",
        "title": "MOJ Administration of Mediation Voucher Services",
        "description": "This is a for information notice of an Opportunity for a procurement for The Ministry of Justice (MOJ) for Administration Services for the Mediation Voucher Scheme. The contract is expected to run between June 2023 and March 2025 inclusive. The MoJ is responsible for the court procedures in private family law, and supports non-adversarial, out-of-court methods of dispute resolution, where deemed safe and appropriate. The Family Mediation Council (FMC) are an independent body and are responsible for accrediting family mediators in England and Wales. This responsibility is described in full in Family Procedure Rules, which can be accessed at www.justice.gov.uk/courts/procedure-rules/family. Eligibility for the Family Mediation Voucher Scheme (the Scheme) is determined during a Mediation Information Assessment Meeting (MIAM), which must be carried out by an FMC authorised mediator. Irrespective of parties' financial status, the Scheme is open to all (other than with safety concerns). The MoJ is procuring a Supplier to administer the family mediation scheme to parents who are separating and other carers of children who have been deemed safe and eligible for the Scheme during a Mediation Assessment Information Meeting. The Supplier will be responsible for the administration of the Scheme (not the mediations themselves), which will be separately carried out by suitable FMC authorised mediators in the required quantities, with the skills and knowledge to deliver this specification. At a high level the Supplier will be responsible for ensuring: Valid assurance that vouchers are distributed by only FMC accredited mediators, or, if in circumstances agreed by the FMC, Family Mediation Standards Board and the MoJ, suitable mediators working towards accreditation. This will require the design and delivery of a suitable end-to-end process and working with the FMC and MOJ to ensure all potentially eligible mediators are aware of the scheme and how it is operated. Prompt assurance of payment of legitimate voucher fund requests from mediators. Monitoring and evaluation of the service as per the detailed requirement included with the Invitation to Tender; Raw Mediator and participant survey result data for referral to MoJ analytical team; Reports on the deliverables and Management Information to the MoJ; A robust complaints process for any issues that arise; and Appropriate safeguarding of public money. This list is not exhaustive - potential suppliers should refer to the full document suite that will be avaliable on the ItT. For information, the Scheme will operate under Section 70 of the Charities Act 2006 as of 31 December 2022. Additional information: This notice is to advise potential suppliers of this upcoming opportunity, and to be aware of the plans and the resulting requirements. The onus will be on the potential suppliers to return bids within the time-frame. The MoJ is using Jaggaer for this procurement which means the ITT is available only in electronic form. To access this procurement opportunity please log on to Jaggaer or register for an account at https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html and search for the ITT using reference 'ITT_7139' to be able to view the ITT documents and submit a bid. The Authority reserves the right: - to amend, clarify, add to or withdraw all or any part of this planned procurement either before or during it's running; - to vary any timetable or deadlines set out in this notice or the ItT documentation; - not to run a procurement exercise or conclude a contract for some or all of the services stated in this notice; and - to cancel all or part of the procurement at any time. Transparency: HM Government requires that tender documentation issued by government departments for contracts exceeding 10 000 GBP over the life of the contract are published online (www.gov.uk/contracts-finder) for the public. The resulting contract shall also be published. The Authority may use its discretion to redact information to protect key commercial interest or on prescribed grounds. Therefore, bidders who wish information not to be published, if successful, should secure agreements with the Authority prior to submission. These could cover key commercial interest, trade secrets and commercial interests which would be prejudiced by publication, all following the test in Section 43 of the Freedom of Information Act 2000 (https://ico.org.uk/media/for-organisations/documents/1178/commercial-interests-section-43-foia-guidance.pdf). Only documentation related to the award will be published. The prescribed grounds for redaction are: (a) national security; (b) personal data; (c) information protected by intellectual property rights; (d) information which is not in the public interest to disclose (following tests under the Freedom of Information Act 2000); (e) third party confidential information; (f) IT security; and (g) Prevention of fraud. Freedom of information (FOI): The Freedom of Information Act came fully into force in 2005. If any organisation considers that any information supplied by them is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivities specified. In such cases the relevant material will in response to FOI requests be examined in the light of exemptions provided for in the Act.",
        "datePublished": "2023-03-02T15:56:53Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "75110000",
            "description": "General public services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "75131000",
                "description": "Government services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 700000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2023-04-05T15:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2023-06-01T00:00:00+01:00",
            "endDate": "2025-03-31T23:59:59+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/c5d3e3dc-e629-4e3e-ace5-0b6d9f4fc41e",
                "datePublished": "2023-03-02T15:56:53Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-199327",
            "name": "Ministry of Justice",
            "identifier": {
                "legalName": "Ministry of Justice"
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "Westminster",
                "postalCode": "SW1H 9AJ",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Malcolm Macconnell",
                "email": "HMCTSCommissioningandCommercial@justice.gov.uk"
            },
            "details": {
                "url": "https://www.justice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-199327",
        "name": "Ministry of Justice"
    }
}