Tender

DoJ Provision of Electronic Monitoring Services in Northern Ireland

DEPARTMENT OF JUSTICE

This public procurement record has 1 release in its history.

Tender

29 Jun 2023 at 09:24

Summary of the contracting process

The Department of Justice (DOJ) is the contracting authority for the tender titled "DoJ Provision of Electronic Monitoring Services in Northern Ireland" in the services category relating to security services. The tender aims to provide electronic monitoring services for offenders in Northern Ireland, enabling compliance with curfew conditions. The tender is currently in the "active" stage with an estimated contract value of £20,000,000 GBP. The procurement method is "selective" with a competitive procedure involving negotiation. The tender period ends on July 31, 2023, and the second stage, where negotiation is not necessary, is scheduled for August 14, 2023.

This tender presents opportunities for businesses in the security services industry with expertise in surveillance, tracing systems, and absconder-tracing services. Companies capable of providing electronic monitoring services and ensuring compliance with curfew conditions in Northern Ireland are well-suited to compete. The contract offers potential for business growth, with an initial five-year contract duration and the possibility of two additional extensions, each for three and two years respectively, leading to a maximum contract period of ten years. Businesses should note the requirement for written submission and the emphasis on meeting performance terms to maintain the contract.

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

DoJ Provision of Electronic Monitoring Services in Northern Ireland

Notice Description

The Department of Justice (DOJ) require a contract for the provision of services for the Electronic Monitoring (EM) of offenders in Northern Ireland. The scope of EM is a public protection tool for both for the judiciary and for the criminal justice agencies monitoring offenders in the community. The Criminal Justice (Northern Ireland ) Order 2008 ("the 2008 Order") provides that electronic monitoring services are made available to facilitate effective monitoring of offenders' compliance with curfew conditions aimed at enhancing their supervision and limiting their opportunity to reoffend. EM is a key public protection tool for both for the judiciary and for the criminal justice agencies (CJA) who monitor offenders in the community. The four CJA clients using EM services are: * NI Court Service (NICTS); * Police Service NI (PSNI); * NI Prison Service (NIPS); and * Probation Board NI (PBNI). EM currently monitors adherence to curfews requiring the confinement of the subject within the boundaries of an approved address for a period of between 2 and 12 hours per day. It uses an electronic tag fitted to a subject which sends a signal to a receiver unit located at the curfew address - usually the subject's home. During the hours of the curfew, breaks in the signal (where the tag goes out of range of the receiver) indicate that a curfew violation has occurred and are verified and reported by the service provider to the appropriate supervising CJA. The monitoring information EM provides can be presented at court to confirm curfew condition violations or support the prosecution case in relation to any other offences which may have been committed whilst being monitored. It therefore plays an important role in levels of public confidence, hampers the ability of an offender to reoffend (during the curfew hours when the court believes they are at greatest risk of re-offending) and can provide valuable information to statutory authorities which can be used to support the detection and prosecution of crime.

Lot Information

Lot 1

The Department of Justice (DOJ) require a contract for the provision of services for the Electronic Monitoring (EM) of offenders in Northern Ireland. The scope of EM is a public protection tool for both for the judiciary and for the criminal justice agencies monitoring offenders in the community. The Criminal Justice (Northern Ireland ) Order 2008 ("the 2008 Order") provides that electronic monitoring services are made available to facilitate effective monitoring of offenders' compliance with curfew conditions aimed at enhancing their supervision and limiting their opportunity to reoffend. EM is a key public protection tool for both for the judiciary and for the criminal justice agencies (CJA) who monitor offenders in the community. The four CJA clients using EM services are: * NI Court Service (NICTS); * Police Service NI (PSNI); * NI Prison Service (NIPS); and * Probation Board NI (PBNI). EM currently monitors adherence to curfews requiring the confinement of the subject within the boundaries of an approved address for a period of between 2 and 12 hours per day. It uses an electronic tag fitted to a subject which sends a signal to a receiver unit located at the curfew address - usually the subject's home. During the hours of the curfew, breaks in the signal (where the tag goes out of range of the receiver) indicate that a curfew violation has occurred and are verified and reported by the service provider to the appropriate supervising CJA. The monitoring information EM provides can be presented at court to confirm curfew condition violations or support the prosecution case in relation to any other offences which may have been committed whilst being monitored. It therefore plays an important role in levels of public confidence, hampers the ability of an offender to reoffend (during the curfew hours when the court believes they are at greatest risk of re-offending) and can provide valuable information to statutory authorities which can be used to support the detection and prosecution of crime. Additional information: The Contracting Authority reserves the right to award the Contract following submission of Initial Tender Responses, without negotiation.

Options: The Contract will be for an initial period of five (5) years, with scope for two further extensions, of three (3) and two (2) years. If both extension periods are used, the total contract period will be ten (10) years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03dd69
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018490-2023
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79710000 - Security services

79714000 - Surveillance services

79714100 - Tracing system services

79714110 - Absconder-tracing services

Notice Value(s)

Tender Value
£20,000,000 £10M-£100M
Lots Value
£20,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
29 Jun 20232 years ago
Submission Deadline
31 Jul 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF JUSTICE
Additional Buyers

POLICE SERVICE OF NORTHERN IRELAND

PROBATION BOARD FOR NORTHERN IRELAND

Contact Name
justice.cpdfinance-ni.gov.uk
Contact Email
justice.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT3 9ED
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN Northern Ireland

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast East

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-h6vhtk-03dd69-2023-06-29T10:24:54+01:00",
    "date": "2023-06-29T10:24:54+01:00",
    "ocid": "ocds-h6vhtk-03dd69",
    "description": "The Contracting Authority reserves the right: to hold additional rounds of negotiations with Economic Operators; to require the. submission of any further or additional information or tender submissions; to award the Contract following the submission of initial. tenders; to award the Contract following conclusion of the first round of negotiation sessions. For the avoidance of doubt, final tenders will not be subject to any negotiation with the Contracting Authority (however, they may be subject to clarification, if required, at the Contracting Authority's absolute discretion). . . The Contracting Authority reserves the right: to reject any or all SQ or tender responses and to cancel or withdraw the procurement process at any. stage; to award a contract without prior notice; to change the basis of the procedure and the timescales set out or referred to in the procurement documents; to require an Economic Operator to clarify its SQ or tender response in writing and/or provide additional information; to terminate the procurement process; and/or to amend the terms and conditions of the SQ or tender evaluation process or negotiation process. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process, regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them. . 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.",
    "initiationType": "tender",
    "tender": {
        "id": "ID 3342314",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DoJ Provision of Electronic Monitoring Services in Northern Ireland",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "79710000",
            "description": "Security services"
        },
        "mainProcurementCategory": "services",
        "description": "The Department of Justice (DOJ) require a contract for the provision of services for the Electronic Monitoring (EM) of offenders in Northern Ireland. The scope of EM is a public protection tool for both for the judiciary and for the criminal justice agencies monitoring offenders in the community. The Criminal Justice (Northern Ireland ) Order 2008 (\"the 2008 Order\") provides that electronic monitoring services are made available to facilitate effective monitoring of offenders' compliance with curfew conditions aimed at enhancing their supervision and limiting their opportunity to reoffend. EM is a key public protection tool for both for the judiciary and for the criminal justice agencies (CJA) who monitor offenders in the community. The four CJA clients using EM services are: * NI Court Service (NICTS); * Police Service NI (PSNI); * NI Prison Service (NIPS); and * Probation Board NI (PBNI). EM currently monitors adherence to curfews requiring the confinement of the subject within the boundaries of an approved address for a period of between 2 and 12 hours per day. It uses an electronic tag fitted to a subject which sends a signal to a receiver unit located at the curfew address - usually the subject's home. During the hours of the curfew, breaks in the signal (where the tag goes out of range of the receiver) indicate that a curfew violation has occurred and are verified and reported by the service provider to the appropriate supervising CJA. The monitoring information EM provides can be presented at court to confirm curfew condition violations or support the prosecution case in relation to any other offences which may have been committed whilst being monitored. It therefore plays an important role in levels of public confidence, hampers the ability of an offender to reoffend (during the curfew hours when the court believes they are at greatest risk of re-offending) and can provide valuable information to statutory authorities which can be used to support the detection and prosecution of crime.",
        "value": {
            "amount": 20000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Department of Justice (DOJ) require a contract for the provision of services for the Electronic Monitoring (EM) of offenders in Northern Ireland. The scope of EM is a public protection tool for both for the judiciary and for the criminal justice agencies monitoring offenders in the community. The Criminal Justice (Northern Ireland ) Order 2008 (\"the 2008 Order\") provides that electronic monitoring services are made available to facilitate effective monitoring of offenders' compliance with curfew conditions aimed at enhancing their supervision and limiting their opportunity to reoffend. EM is a key public protection tool for both for the judiciary and for the criminal justice agencies (CJA) who monitor offenders in the community. The four CJA clients using EM services are: * NI Court Service (NICTS); * Police Service NI (PSNI); * NI Prison Service (NIPS); and * Probation Board NI (PBNI). EM currently monitors adherence to curfews requiring the confinement of the subject within the boundaries of an approved address for a period of between 2 and 12 hours per day. It uses an electronic tag fitted to a subject which sends a signal to a receiver unit located at the curfew address - usually the subject's home. During the hours of the curfew, breaks in the signal (where the tag goes out of range of the receiver) indicate that a curfew violation has occurred and are verified and reported by the service provider to the appropriate supervising CJA. The monitoring information EM provides can be presented at court to confirm curfew condition violations or support the prosecution case in relation to any other offences which may have been committed whilst being monitored. It therefore plays an important role in levels of public confidence, hampers the ability of an offender to reoffend (during the curfew hours when the court believes they are at greatest risk of re-offending) and can provide valuable information to statutory authorities which can be used to support the detection and prosecution of crime. Additional information: The Contracting Authority reserves the right to award the Contract following submission of Initial Tender Responses, without negotiation.",
                "value": {
                    "amount": 20000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The Contract will be for an initial period of five (5) years, with scope for two further extensions, of three (3) and two (2) years. If both extension periods are used, the total contract period will be ten (10) years."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79714000",
                        "description": "Surveillance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79714100",
                        "description": "Tracing system services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79714110",
                        "description": "Absconder-tracing services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "deliveryLocation": {
                    "description": "Potentially any location within Northern Ireland."
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "The award of Contract will be subject to the preferred supplier demonstrating. that the minimum requirements specified in the selection questionnaire continue to be met and that there are no material adverse changes to the standing of the supplier. The appointment will also be subject to all other necessary due diligence being carried out by the. Contracting Authority. Contract performance will be subject to the conditions specified in the Contract, which includes a social clause in order to promote equality of opportunity and sustainable development.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "secondStage": {
            "noNegotiationNecessary": true,
            "invitationDate": "2023-08-14T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-07-31T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2024-01-27T23:59:59Z"
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "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."
    },
    "parties": [
        {
            "id": "GB-FTS-86197",
            "name": "Department of Justice",
            "identifier": {
                "legalName": "Department of Justice",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "c/o Construction and Procurement Delivery, 303 Airport Road West",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "justice.cpdfinance-ni.gov.uk",
                "email": "justice.cpd@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.justice-ni.gov.uk/",
                "buyerProfile": "https://www.finance-ni.gov.uk/topics/procurement",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-86198",
            "name": "Police Service of Northern Ireland",
            "identifier": {
                "legalName": "Police Service of Northern Ireland",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "c/o Construction and Procurement Delivery, 303 Airport Road West",
                "locality": "Belfast",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "justice.cpd@finance-ni.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.psni.police.uk/",
                "buyerProfile": "https://www.finance-ni.gov.uk/topics/procurement"
            }
        },
        {
            "id": "GB-FTS-86199",
            "name": "Probation Board for Northern Ireland",
            "identifier": {
                "legalName": "Probation Board for Northern Ireland"
            },
            "address": {
                "streetAddress": "c/o Construction Procurement Delivery, Clare House, 303 Airport Road West",
                "locality": "Belfast",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "justice.cpd@finance-ni.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.pbni.org.uk/",
                "buyerProfile": "https://www.finance-ni.gov.uk/topics/procurement"
            }
        },
        {
            "id": "GB-FTS-21775",
            "name": "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.",
            "identifier": {
                "legalName": "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."
            },
            "address": {
                "locality": "N/A",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-86197",
        "name": "Department of Justice"
    },
    "language": "en"
}