Notice Information
Notice Title
Court Appointed Intermediary Services - Framework Re-Opening April 2024
Notice Description
This notice relates to the re-opening of framework agreements originally awarded following a procurement exercise conducted under the light tough regime, following a process similar to the open procedure. The Ministry of Justice (MoJ) is inviting tenders for the provision of Court Appointed Intermediary Services (CAIS), to support vulnerable defendants in the criminal jurisdiction and vulnerable parties and witnesses in the civil, family and tribunal jurisdictions. These services will be provided in courts and tribunals in England and Wales and tribunals in Scotland. Intermediaries facilitate impartial communication to enable complete, coherent and accurate communication between vulnerable people and the courts/tribunals. Intermediaries may be instructed to provide an assessment of a person's communication needs, and provide recommendations on measures that could be put in place by the court to support vulnerable people, young people, children and other individuals who may need assistance during court proceedings. The intermediary may also be required to attend hearings to provide such assistance and support. For the avoidance of doubt, the MoJ is only seeking tenders in relation to intermediary services that currently fall outside the remit of the MoJ Witness Intermediary Scheme (MoJ WIS). All requests for intermediary support for witnesses in criminal cases will continue to be managed via the MoJ WIS.
Lot Information
Lot 1
The MoJ invites tenders for Court Appointed Intermediary Services to support two existing framework agreements: the Managed & Approved Service Provider framework (MASP), and the Approved Service Provider framework (ASP). The MASP framework seeks providers with the ability to manage multiple simultaneous bookings, and the capability to recruit, train and manage intermediaries to support a range of vulnerabilities, for deployment nationally. The ASP framework seeks experienced and qualified intermediaries to support bookings on demand. There is no limit to the number of service providers awarded a place on either framework, however a service provider may not hold a place on both the MASP and ASP frameworks simultaneously. The MoJ is managing this procurement in accordance with its general obligations under UK law and specifically in accordance with the Public Contracts Regulations 2015 (PCRs) and the Light Touch Regime contained within Regulations 74 to 77. The framework agreements are dynamic frameworks and a hybrid of a framework agreement and dynamic purchasing system. As such, the framework agreements will be reopened at six month intervals for the admission of new service providers who qualify against the selection and award criteria outlined in the procurement documents. Additional information: The MoJ uses an electronic sourcing (e-sourcing) system to facilitate procurement activity. Registration via the portal is free of charge and requires no specialist software to access. Registration can be undertaken at: https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
Renewal: Framework agreements may be extended for up to an additional 24 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0450df
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/011542-2024
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
75 - Administration, defence and social security services
-
- CPV Codes
75231100 - Law-courts-related administrative 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
- 9 Apr 20241 years ago
- Submission Deadline
- 24 Apr 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Every six months
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF JUSTICE
- Contact Name
- Not specified
- Contact Email
- matt.brackley@justice.gov.uk
- Contact Phone
- +44 02033343555
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
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-h6vhtk-0450df-2024-04-09T19:54:07+01:00",
"date": "2024-04-09T19:54:07+01:00",
"ocid": "ocds-h6vhtk-0450df",
"description": "Nothing in this notice shall generate any contractual obligations prior to the signature or execution of agreement or contracts following completion of the tender process. The MoJ reserves the right to reject all or any of the bids for the competition and not to appoint any potential provider, without any liability on its part. Transparency: HM Government requires that tender documentation issued by Government departments for contracts with a value exceeding GBP 10 000 over the life of the contract are published online (http://www.contractsfinder.businesslink.gov.uk) for the general public. In the event a contract is awarded following a tendering exercise, the contract will be published on the contracts finder website, subject to the statutory grounds for redaction as set out in the Freedom of Information Act 2000. The MoJ may use its discretion to redact information to protect key commercial interests or on prescribed grounds. Therefore, bidders who wish information not to be published if successful should secure agreement with the MoJ prior to submission. Only documentation relating to awarded contracts will be published. Key commercial interests, trade secrets and commercial interests which would be prejudiced by publication, following the tests in section 43 of the Freedom of Information Act 2000 maybe redacted. http://www.justice.gov.uk/guidance/docs/foi-exemption-s43.pdf The prescribed grounds for redaction are: (a) national security; (b) personal data; (c) information protected by intellectual property law; (d) information which it is not in the public interest to disclose (following the tests under the Freedom of Information Act 2000); (e) third party confidential information; (f) IT security; or (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.",
"initiationType": "tender",
"tender": {
"id": "2758",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Court Appointed Intermediary Services - Framework Re-Opening April 2024",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "75231100",
"description": "Law-courts-related administrative services"
},
"mainProcurementCategory": "services",
"description": "This notice relates to the re-opening of framework agreements originally awarded following a procurement exercise conducted under the light tough regime, following a process similar to the open procedure. The Ministry of Justice (MoJ) is inviting tenders for the provision of Court Appointed Intermediary Services (CAIS), to support vulnerable defendants in the criminal jurisdiction and vulnerable parties and witnesses in the civil, family and tribunal jurisdictions. These services will be provided in courts and tribunals in England and Wales and tribunals in Scotland. Intermediaries facilitate impartial communication to enable complete, coherent and accurate communication between vulnerable people and the courts/tribunals. Intermediaries may be instructed to provide an assessment of a person's communication needs, and provide recommendations on measures that could be put in place by the court to support vulnerable people, young people, children and other individuals who may need assistance during court proceedings. The intermediary may also be required to attend hearings to provide such assistance and support. For the avoidance of doubt, the MoJ is only seeking tenders in relation to intermediary services that currently fall outside the remit of the MoJ Witness Intermediary Scheme (MoJ WIS). All requests for intermediary support for witnesses in criminal cases will continue to be managed via the MoJ WIS.",
"value": {
"amount": 20000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The MoJ invites tenders for Court Appointed Intermediary Services to support two existing framework agreements: the Managed & Approved Service Provider framework (MASP), and the Approved Service Provider framework (ASP). The MASP framework seeks providers with the ability to manage multiple simultaneous bookings, and the capability to recruit, train and manage intermediaries to support a range of vulnerabilities, for deployment nationally. The ASP framework seeks experienced and qualified intermediaries to support bookings on demand. There is no limit to the number of service providers awarded a place on either framework, however a service provider may not hold a place on both the MASP and ASP frameworks simultaneously. The MoJ is managing this procurement in accordance with its general obligations under UK law and specifically in accordance with the Public Contracts Regulations 2015 (PCRs) and the Light Touch Regime contained within Regulations 74 to 77. The framework agreements are dynamic frameworks and a hybrid of a framework agreement and dynamic purchasing system. As such, the framework agreements will be reopened at six month intervals for the admission of new service providers who qualify against the selection and award criteria outlined in the procurement documents. Additional information: The MoJ uses an electronic sourcing (e-sourcing) system to facilitate procurement activity. Registration via the portal is free of charge and requires no specialist software to access. Registration can be undertaken at: https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html",
"value": {
"amount": 20000000,
"currency": "GBP"
},
"contractPeriod": {
"endDate": "2025-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Framework agreements may be extended for up to an additional 24 months."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html",
"documents": [
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-04-24T17:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2024-04-24T17:00:00+01:00"
},
"bidOpening": {
"date": "2024-04-24T17:00:00+01:00"
},
"hasRecurrence": true,
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"recurrence": {
"description": "Every six months"
}
},
"parties": [
{
"id": "GB-FTS-6365",
"name": "Ministry of Justice",
"identifier": {
"legalName": "Ministry of Justice"
},
"address": {
"streetAddress": "102 Petty France",
"locality": "London",
"region": "UK",
"postalCode": "SW1H 9AJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 02033343555",
"email": "matt.brackley@justice.gov.uk",
"url": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"url": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "03",
"description": "Public order and safety"
}
]
}
},
{
"id": "GB-FTS-3615",
"name": "Ministry of Justice",
"identifier": {
"legalName": "Ministry of Justice"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-6365",
"name": "Ministry of Justice"
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:340788-2020:TEXT:EN:HTML"
}
],
"language": "en"
}