Award

DoJ Face to Face Interpretation Service (for non-English speakers)

DEPARTMENT OF JUSTICE

This public procurement record has 2 releases in its history.

Award

30 Apr 2025 at 13:03

Tender

02 Jan 2025 at 11:54

Summary of the contracting process

The Department of Justice (DOJ) in Northern Ireland has completed the award stage for a contract titled "DoJ Face to Face Interpretation Service (for non-English speakers)," with an estimated total value of £6,500,000 GBP. This procurement is aimed at providing essential interpreting services across various criminal justice organisations throughout Northern Ireland, under the industry category of services, specifically interpretation services. The procurement process was conducted using an open procedure, adhering to the Public Contracts Regulations 2015. The contract period is initially set for three years with an option to extend for an additional two years. The procurement process initiated in January 2025, with the tender submission deadline on the 3rd of February 2025. The department signed the contract on the 15th of April 2025, with the award now marked as active.

This tender provides significant business opportunities for firms specialising in interpretation services, particularly those capable of offering around-the-clock support throughout Northern Ireland. Businesses adept in supplying experienced and qualified interpreters in multiple languages will benefit greatly from participating in such contracts. The DOJ requires consistent service provision, catering to the needs of various bodies including the Police Service of Northern Ireland, the Northern Ireland Courts and Tribunals Service, and other associated criminal justice organisations. Companies meeting such criteria, especially SMEs with the capacity for 24/7 service, are well-placed to leverage the business growth potential presented by such procurement projects.

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 Face to Face Interpretation Service (for non-English speakers)

Notice Description

The Department of Justice (DOJ) seeks to establish a Contract for the provision of Face to Face Interpreting at locations throughout Northern Ireland. The provision of these services is essential to ensuring that the Criminal Justice Organisations (CJOs) can deliver a professional and progressive service to all those who enter the criminal justice system - including those who come before the civil, family or coroners' courts, or who use tribunal proceedings administered by the Northern Ireland Courts and Tribunals Service (NICTS). The main users of the contract will be: * Police Service of Northern Ireland (PSNI) * Northern Ireland Courts and Tribunals Service (NICTS) * Public Prosecution Service (PPS) * Probation Service of Northern Ireland (PBNI) * Legal Services Agency (LSANI) In addition to the five main users listed above, this contract may also be used by the following CJOs in Northern Ireland who are associated with and party to this contract: * The Northern Ireland Prison Service (NIPS) * The Youth Justice Agency * Police Ombudsman for Northern Ireland * Northern Ireland Prisoner Ombudsman * The Department of Justice * Compensation Services Agency * Victim Support * Police Rehabilitation and Retraining Trust * Northern Ireland Policing Board The DOJ requires Contractors to provide comprehensive spoken language interpreting services to fulfil the current and evolving needs of the CJOs signed up to this contract. The Contractors must be able to provide interpreting services through qualified and experienced personnel for a wide range of languages. The Contractors must provide face to face interpreting services 24 hours a day, 365 days a year. The Contractors must be able to provide interpreting services at premises located across Northern Ireland.

Lot Information

Lot 1

The Department of Justice (DOJ) seeks to establish a Contract for the provision of Face to Face Interpreting at locations throughout Northern Ireland. The provision of these services is essential to ensuring that the Criminal Justice Organisations (CJOs) can deliver a professional and progressive service to all those who enter the criminal justice system - including those who come before the civil, family or coroners' courts, or who use tribunal proceedings administered by the Northern Ireland Courts and Tribunals Service (NICTS). The main users of the contract will be: * Police Service of Northern Ireland (PSNI) * Northern Ireland Courts and Tribunals Service (NICTS) * Public Prosecution Service (PPS) * Probation Service of Northern Ireland (PBNI) * Legal Services Agency (LSANI) In addition to the five main users listed above, this contract may also be used by the following CJOs in Northern Ireland who are associated with and party to this contract: * The Northern Ireland Prison Service (NIPS) * The Youth Justice Agency * Police Ombudsman for Northern Ireland * Northern Ireland Prisoner Ombudsman * The Department of Justice * Compensation Services Agency * Victim Support * Police Rehabilitation and Retraining Trust * Northern Ireland Policing Board The DOJ requires Contractors to provide comprehensive spoken language interpreting services to fulfil the current and evolving needs of the CJOs signed up to this contract. The Contractors must be able to provide interpreting services through qualified and experienced personnel for a wide range of languages. The Contractors must provide face to face interpreting services 24 hours a day, 365 days a year. The Contractors must be able to provide interpreting services at premises located across Northern Ireland.

Options: The contract is for an initial period of 3 years with one option to extend for a further period of up to 2 years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04cd39
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018019-2025
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
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

79540000 - Interpretation services

Notice Value(s)

Tender Value
£6,500,000 £1M-£10M
Lots Value
£6,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£6,500,000 £1M-£10M

Notice Dates

Publication Date
30 Apr 20259 months ago
Submission Deadline
3 Feb 2025Expired
Future Notice Date
Not specified
Award Date
14 Apr 202510 months ago
Contract Period
Not specified - Not specified
Recurrence
CPD and client bodies would anticipate the next tender competition would be advertised around summer 2029

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF JUSTICE
Additional Buyers

POLICE OMBUDSMAN NORTHERN IRELAND

POLICE SERVICE OF NORTHERN IRELAND

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

INFORMATION 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-04cd39-2025-04-30T14:03:48+01:00",
    "date": "2025-04-30T14:03:48+01:00",
    "ocid": "ocds-h6vhtk-04cd39",
    "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). The contract value listed is a broad estimate only and includes additional quantum for unforeseen demand and to future proof for additional potential. There is no guarantee of any level of business under this contract. 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 this contract will be managed as per specification and 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 Construction and Procurement Delivery 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-04cd39",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DoJ Face to Face Interpretation Service (for non-English speakers)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79540000",
            "description": "Interpretation services"
        },
        "mainProcurementCategory": "services",
        "description": "The Department of Justice (DOJ) seeks to establish a Contract for the provision of Face to Face Interpreting at locations throughout Northern Ireland. The provision of these services is essential to ensuring that the Criminal Justice Organisations (CJOs) can deliver a professional and progressive service to all those who enter the criminal justice system - including those who come before the civil, family or coroners' courts, or who use tribunal proceedings administered by the Northern Ireland Courts and Tribunals Service (NICTS). The main users of the contract will be: * Police Service of Northern Ireland (PSNI) * Northern Ireland Courts and Tribunals Service (NICTS) * Public Prosecution Service (PPS) * Probation Service of Northern Ireland (PBNI) * Legal Services Agency (LSANI) In addition to the five main users listed above, this contract may also be used by the following CJOs in Northern Ireland who are associated with and party to this contract: * The Northern Ireland Prison Service (NIPS) * The Youth Justice Agency * Police Ombudsman for Northern Ireland * Northern Ireland Prisoner Ombudsman * The Department of Justice * Compensation Services Agency * Victim Support * Police Rehabilitation and Retraining Trust * Northern Ireland Policing Board The DOJ requires Contractors to provide comprehensive spoken language interpreting services to fulfil the current and evolving needs of the CJOs signed up to this contract. The Contractors must be able to provide interpreting services through qualified and experienced personnel for a wide range of languages. The Contractors must provide face to face interpreting services 24 hours a day, 365 days a year. The Contractors must be able to provide interpreting services at premises located across Northern Ireland.",
        "value": {
            "amount": 6500000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Department of Justice (DOJ) seeks to establish a Contract for the provision of Face to Face Interpreting at locations throughout Northern Ireland. The provision of these services is essential to ensuring that the Criminal Justice Organisations (CJOs) can deliver a professional and progressive service to all those who enter the criminal justice system - including those who come before the civil, family or coroners' courts, or who use tribunal proceedings administered by the Northern Ireland Courts and Tribunals Service (NICTS). The main users of the contract will be: * Police Service of Northern Ireland (PSNI) * Northern Ireland Courts and Tribunals Service (NICTS) * Public Prosecution Service (PPS) * Probation Service of Northern Ireland (PBNI) * Legal Services Agency (LSANI) In addition to the five main users listed above, this contract may also be used by the following CJOs in Northern Ireland who are associated with and party to this contract: * The Northern Ireland Prison Service (NIPS) * The Youth Justice Agency * Police Ombudsman for Northern Ireland * Northern Ireland Prisoner Ombudsman * The Department of Justice * Compensation Services Agency * Victim Support * Police Rehabilitation and Retraining Trust * Northern Ireland Policing Board The DOJ requires Contractors to provide comprehensive spoken language interpreting services to fulfil the current and evolving needs of the CJOs signed up to this contract. The Contractors must be able to provide interpreting services through qualified and experienced personnel for a wide range of languages. The Contractors must provide face to face interpreting services 24 hours a day, 365 days a year. The Contractors must be able to provide interpreting services at premises located across Northern Ireland.",
                "value": {
                    "amount": 6500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract is for an initial period of 3 years with one option to extend for a further period of up to 2 years."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "AC1 Recruitment, Selection, Monitoring, Vetting and Training",
                            "type": "quality",
                            "description": "21"
                        },
                        {
                            "name": "AC2 Service Delivery",
                            "type": "quality",
                            "description": "21"
                        },
                        {
                            "name": "AC3 Contract Management",
                            "type": "quality",
                            "description": "18"
                        },
                        {
                            "name": "AC4 Social Value - Indication 4.2",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79540000",
                        "description": "Interpretation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "deliveryLocation": {
                    "description": "As required throughout Justice sector-related locations throughout Northern Ireland."
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "documents": [
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-02-03T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2025-05-04T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2025-02-03T15:30:00Z"
        },
        "bidOpening": {
            "date": "2025-02-03T15:30:00Z"
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "CPD complied with the Public Contracts Regulations 2015 (as amended), and incorporated a standstill period at the point information on the awards of the contracts was communicated to tenderers. Those. notifications provided full information on the award decision. This provided time for unsuccessful tenderers to challenge the award. decision before the contracts were entered into.",
        "recurrence": {
            "description": "CPD and client bodies would anticipate the next tender competition would be advertised around summer 2029"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-86197",
            "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-130478",
            "name": "Police Service of Northern Ireland",
            "identifier": {
                "legalName": "Police Service of 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.psni.police.uk/",
                "buyerProfile": "https://www.finance-ni.gov.uk/topics/procurement"
            }
        },
        {
            "id": "GB-FTS-133863",
            "name": "Police Ombudsman Northern Ireland",
            "identifier": {
                "legalName": "Police Ombudsman 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.policeombudsman.org/",
                "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"
            ]
        },
        {
            "id": "GB-FTS-145697",
            "name": "Information withheld for security reasons",
            "identifier": {
                "legalName": "Information withheld for security reasons"
            },
            "address": {
                "locality": "Information withheld for security reasons",
                "region": "UK",
                "postalCode": "BT13 2JF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "justice.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.finance-ni.gov.uk/topics/procurement",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-3219",
            "name": "Information withheld for security reasons",
            "identifier": {
                "legalName": "Information withheld for security reasons"
            },
            "address": {
                "locality": "Information withheld for security reasons",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "justice.cpd@finance-ni.gov.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.finance-ni.gov.uk/topics/procurement",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-22455",
            "name": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.",
            "identifier": {
                "legalName": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended."
            },
            "address": {
                "locality": "N/A",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-86197",
        "name": "Department of Justice"
    },
    "language": "en",
    "awards": [
        {
            "id": "018019-2025-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-145697",
                    "name": "Information withheld for security reasons"
                },
                {
                    "id": "GB-FTS-3219",
                    "name": "Information withheld for security reasons"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "018019-2025-1-1",
            "awardID": "018019-2025-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 6500000,
                "currency": "GBP"
            },
            "dateSigned": "2025-04-15T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    }
}