Award

DoJ - Prevalence of Adverse Childhood Experiences (ACEs) NI

THE DEPARTMENT OF JUSTICE

This public procurement record has 3 releases in its history.

Award

15 Dec 2023 at 12:57

TenderUpdate

19 Oct 2023 at 11:36

Tender

25 Sep 2023 at 12:17

Summary of the contracting process

The Department of Justice is inviting tenders for the "DoJ - Cost of Adverse Childhood Experiences (ACEs) NI" project. The procurement stage is currently active, and the contract has been awarded with a value of £150,000. The project falls under the services category, specifically research and development consultancy services. The procurement method used is an open procedure with an accelerated rationale. The deadline for receipt of tenders was 30 October 2023, and the contract was signed on 11 December 2023.

This tender presents an opportunity for businesses in the research and development consultancy services industry. The Department of Justice in Northern Ireland seeks to understand the prevalence of trauma by engaging a contractor to generate data on ACEs, childhood trauma, and violence exposure. Businesses with expertise in research, data analysis, and producing research reports can compete for this contract. The project aims to address the impact of trauma on communities affected by paramilitary activities and strengthen service delivery to support victims and individuals involved in tackling criminality, and organised crime.

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 - Prevalence of Adverse Childhood Experiences (ACEs) NI

Notice 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.

Lot Information

Lot 1

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-040363
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/036961-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73000000 - Research and development services and related consultancy services

73200000 - Research and development consultancy services

Notice Value(s)

Tender Value
£150,000 £100K-£500K
Lots Value
£150,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£150,000 £100K-£500K

Notice Dates

Publication Date
15 Dec 20232 years ago
Submission Deadline
23 Oct 2023Expired
Future Notice Date
Not specified
Award Date
11 Dec 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THE DEPARTMENT OF JUSTICE
Additional Buyers

DEPARTMENT OF JUSTICE

Contact Name
Not specified
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

Supplier Information

Number of Suppliers
1
Supplier Name

WITHHELD FOR SECURITY REASONS

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-040363-2023-12-15T12:57:09Z",
    "date": "2023-12-15T12:57:09Z",
    "ocid": "ocds-h6vhtk-040363",
    "description": "Please note that information relating to contractors engaged by the Northern Ireland Department of Justice, and associated bodies is not published in any publicly accessible forum or publication. This is to protect such contractors, whose security and safety could be threatened by dissident terrorist organisations still active in Northern Ireland if their details became known. This is consistent with Regulation 50(6)(a). CPD nor the Department of Justice can provide any guarantee as to the level of business under this contract. The estimates are 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": "ocds-h6vhtk-040363",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DoJ - Prevalence of Adverse Childhood Experiences (ACEs) NI",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "73200000",
            "description": "Research and development consultancy services"
        },
        "mainProcurementCategory": "services",
        "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.",
        "value": {
            "amount": 150000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "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.",
                "value": {
                    "amount": 150000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 150
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Proposed Team Experience",
                            "type": "quality",
                            "description": "24"
                        },
                        {
                            "name": "Proposed Methodology",
                            "type": "quality",
                            "description": "18"
                        },
                        {
                            "name": "Contract Management and Contingency Arrangements",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Information Security",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "12"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "documents": [
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "The Open Procedure was used for this procurement exercise. It was advertised for 35 days. The opportunity was published on 25 September 2023 and the deadline for receipt was 30 October 2023."
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-10-23T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2024-01-21T23:59:59Z"
            }
        },
        "awardPeriod": {
            "startDate": "2023-10-23T15:30:00+01:00"
        },
        "bidOpening": {
            "date": "2023-10-23T15:30:00+01:00"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "CPD complied with the Public Contracts Regulations 2015 (as amended). and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful. tenderers to challenge the award decision before the contract was entered into.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "Duration in months 5"
                        },
                        "newValue": {
                            "text": "Duration in months 8"
                        },
                        "where": {
                            "section": "II.2.7)",
                            "label": "II.2.7) Duration of the contract, framework agreement or dynamic purchasing. system"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2023-10-23T15:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2023-10-30T15:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2)",
                            "label": "IV.2.2) Time limit for receipt of tenders or requests to participate"
                        }
                    }
                ],
                "description": "The end date of the contract period has been amended to end July 2024. The deadline for receipt of tenders has been extended to 3pm on Monday 30th October 2023."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-86349",
            "name": "Department of Justice",
            "identifier": {
                "legalName": "Department of Justice"
            },
            "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",
                "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-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"
            ]
        },
        {
            "id": "GB-FTS-94557",
            "name": "The Department of Justice",
            "identifier": {
                "legalName": "The Department of Justice"
            },
            "address": {
                "streetAddress": "c/o CPD, 303 Airport Road West",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Justice.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "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-73325",
            "name": "Withheld for security reasons",
            "identifier": {
                "legalName": "Withheld for security reasons"
            },
            "address": {
                "locality": "Withheld for security reasons",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Justice.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-71083",
            "name": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions",
            "identifier": {
                "legalName": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions"
            },
            "address": {
                "locality": "N/A",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-94557",
        "name": "The Department of Justice"
    },
    "language": "en",
    "awards": [
        {
            "id": "036961-2023-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-73325",
                    "name": "Withheld for security reasons"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "036961-2023-1-1",
            "awardID": "036961-2023-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 150000,
                "currency": "GBP"
            },
            "dateSigned": "2023-12-11T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}