Notice Information
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.
Notice Details
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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT OF JUSTICE
- Additional Buyers
- 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
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-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
}
]
}
}