Notice Information
Notice Title
Homicide Services - 2023 - 2027
Notice Description
This notice launches the competition for the provision of Homicide Services 2023 - 2027. Homicide Services primary goals are to: Support individuals affected by the Homicide of a loved one, or those who have been an Eyewitness to Homicide, by providing Emotional, Practical, Advocacy, and Peer Support as well as access to other services, tailored according to the individual's needs to help them cope, and as far as possible, recover from the impact; support individuals residing in England and Wales following a Homicide whether committed at home or abroad (in overseas cases, the Service will provide support where the deceased is a British National). This does not include those bereaved by road traffic crime (other than vehicular murder or manslaughter); receive notifications of Homicide cases from all police forces in England and Wales, the FCDO (in cases involving British Nationals in foreign jurisdictions), self-referrals and from third parties such as other support services and local MPs; help deliver the Authority's obligations under the Victims' Code; help achieve the Authority's strategic objective of swift access to justice by improving support for victims; and help the Authority's work to align with the Prime Minister's objective, through the Crime & Justice Task Force, to significantly increase the proportion of victims who receive support when they want it. Additional information: 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 Restricted 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 those who will be invited to tender and an eventual 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 at ITT 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 'PQQs / ITTs Open To All Suppliers' link. (These are pre-qualification questionnaires or invitations to tender open to any registered supplier). 3) Click on the relevant SQ/ ITT to access the content using the following: Project Code - PRJ_7277 ITT Code - PQQ_282 4). Click the Express Interest button at the top of the page. This will move the SQ/ITT into your My SQ/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 PQQ/ITT Details box. Instructions on how to submit a tender will be provided.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-93fff82d-d8ec-4e25-a2e3-1877b7b5546a
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/2bc2dae6-fd30-44b2-acaa-a9d0ebc27102
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted 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
- £22,988,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 11 Mar 20223 years ago
- Submission Deadline
- 6 Apr 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/2bc2dae6-fd30-44b2-acaa-a9d0ebc27102
11th March 2022 - Opportunity notice on Contracts Finder
Notice URLs
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-b5fd17-93fff82d-d8ec-4e25-a2e3-1877b7b5546a-2022-03-11T16:02:17Z",
"date": "2022-03-11T16:02:17Z",
"ocid": "ocds-b5fd17-93fff82d-d8ec-4e25-a2e3-1877b7b5546a",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_286896/1048152",
"title": "Homicide Services - 2023 - 2027",
"description": "This notice launches the competition for the provision of Homicide Services 2023 - 2027. Homicide Services primary goals are to: Support individuals affected by the Homicide of a loved one, or those who have been an Eyewitness to Homicide, by providing Emotional, Practical, Advocacy, and Peer Support as well as access to other services, tailored according to the individual's needs to help them cope, and as far as possible, recover from the impact; support individuals residing in England and Wales following a Homicide whether committed at home or abroad (in overseas cases, the Service will provide support where the deceased is a British National). This does not include those bereaved by road traffic crime (other than vehicular murder or manslaughter); receive notifications of Homicide cases from all police forces in England and Wales, the FCDO (in cases involving British Nationals in foreign jurisdictions), self-referrals and from third parties such as other support services and local MPs; help deliver the Authority's obligations under the Victims' Code; help achieve the Authority's strategic objective of swift access to justice by improving support for victims; and help the Authority's work to align with the Prime Minister's objective, through the Crime & Justice Task Force, to significantly increase the proportion of victims who receive support when they want it. Additional information: 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 Restricted 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 those who will be invited to tender and an eventual 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 at ITT 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 'PQQs / ITTs Open To All Suppliers' link. (These are pre-qualification questionnaires or invitations to tender open to any registered supplier). 3) Click on the relevant SQ/ ITT to access the content using the following: Project Code - PRJ_7277 ITT Code - PQQ_282 4). Click the Express Interest button at the top of the page. This will move the SQ/ITT into your My SQ/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 PQQ/ITT Details box. Instructions on how to submit a tender will be provided.",
"datePublished": "2022-03-11T16:02:17Z",
"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": 22988000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure (above threshold)",
"tenderPeriod": {
"endDate": "2022-04-06T12:00:00+01:00"
},
"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/2bc2dae6-fd30-44b2-acaa-a9d0ebc27102",
"datePublished": "2022-03-11T16:02:17Z",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-200760",
"name": "Ministry of Justice",
"identifier": {
"legalName": "Ministry of Justice"
},
"address": {
"streetAddress": "https://www.justice.gov.uk/",
"locality": "London",
"postalCode": "SW1H 9AJ",
"countryName": "England"
},
"contactPoint": {
"email": "Mena.Gosling-Hughes@justice.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-200760",
"name": "Ministry of Justice"
}
}