{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03186e-2022-07-26T11:54:17+01:00",
    "date": "2022-07-26T11:54:17+01:00",
    "ocid": "ocds-h6vhtk-03186e",
    "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 estimated contract values stated are broad estimates only, include 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 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.. The successful contractor's performance on this contract will be managed as per specification and regularly monitored (see Procurement Guidance Note 1/12 Contract Management: https://www.financeni.gov.uk/sites/default/files/publications/dfp/PGN-01012-Contract-Management-Principles-Procedures-25-Sept-2017.PDF).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": "3842055",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "ID 3842055 - Department of Justice (DoJ) - The Provision of Written Translation and Transcription Services and Telephone Interpreting Services to Criminal Justice Organisations (CJOs)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79530000",
            "description": "Translation services"
        },
        "mainProcurementCategory": "services",
        "description": "The CPD Justice Sector Category team intends to establish a Contract on behalf of the Bodies within the Criminal Justice Sector, to provide interpretation and translation services to: * Police Service of Northern Ireland (PSNI) * Northern Ireland Prison Service (NIPS) * Public Prosecution Service (PPS) * Probation Board of Northern Ireland (PBNI) * Northern Ireland Courts and Tribunals Service (NICTS) * Department of Justice (DOJ) * Youth Justice Agency (YJA) * Police Ombudsman for Northern Ireland (PONI) * Belfast International Airport Constabulary (BFS) * Belfast Harbour Police * Legal Services Agency NI The Contract will be split in two lots Lot 1 Written Translation and Transcription Services Lot 2 Telephone Interpreting services Each Lot within this Contract will be awarded based on the Most Economically Advantageous Tender. Each lot will be awarded to a single supplier based on the highest ranked tenderer. The Initial Contract period of 3 years plus two one year extension options (5 years in total)",
        "value": {
            "amount": 2484000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 - Written Translation and Transcription Services",
                "description": "The CPD Justice Sector Category team intends to establish a Contract on behalf of the Bodies within the Criminal Justice Sector, to provide interpretation and translation services to: * Police Service of Northern Ireland (PSNI) * Northern Ireland Prison Service (NIPS) * Public Prosecution Service (PPS) * Probation Board of Northern Ireland (PBNI) * Northern Ireland Courts and Tribunals Service (NICTS) * Department of Justice (DOJ) * Youth Justice Agency (YJA) * Police Ombudsman for Northern Ireland (PONI) * Belfast International Airport Constabulary (BFS) * Belfast Harbour Police * Legal Services Agency NI The Contract will be split in two lots Lot 1 Written Translation and Transcription Services Lot 2 Telephone Interpreting services Each Lot within this Contract will be awarded based on the Most Economically Advantageous Tender. Each lot will be awarded to a single supplier based on the highest ranked tenderer. The Initial Contract period of 3 years plus two one year extension options (5 years in total)",
                "value": {
                    "amount": 1948100,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Initial period of 3 years plus two one year extension options 5 years in total."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Award Criteria",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "name": "Cost",
                            "type": "cost",
                            "description": "40"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Lot 2 - Telephone Interpreting Services",
                "description": "The CPD Justice Sector Category team intends to establish a Contract on behalf of the Bodies within the Criminal Justice Sector, to provide interpretation and translation services to: * Police Service of Northern Ireland (PSNI) * Northern Ireland Prison Service (NIPS) * Public Prosecution Service (PPS) * Probation Board of Northern Ireland (PBNI) * Northern Ireland Courts and Tribunals Service (NICTS) * Department of Justice (DOJ) * Youth Justice Agency (YJA) * Police Ombudsman for Northern Ireland (PONI) * Belfast International Airport Constabulary (BFS) * Belfast Harbour Police * Legal Services Agency NI The Contract will be split in two lots Lot 1 Written Translation and Transcription Services Lot 2 Telephone Interpreting services Each Lot within this Contract will be awarded based on the Most Economically Advantageous Tender. Each lot will be awarded to a single supplier based on the highest ranked tenderer. The Initial Contract period of 3 years plus two one year extension options (5 years in total)",
                "value": {
                    "amount": 535900,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Initial period of 3 years plus two one year extension options 5 years in total."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Award Criteria",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "name": "Cost",
                            "type": "cost",
                            "description": "40"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79540000",
                        "description": "Interpretation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79540000",
                        "description": "Interpretation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-03-23T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2022-07-21T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2022-03-23T15:30:00Z"
        },
        "bidOpening": {
            "date": "2022-03-23T15:30:00Z"
        },
        "hasRecurrence": false,
        "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."
    },
    "parties": [
        {
            "id": "GB-FTS-27321",
            "name": "Department of Justice",
            "identifier": {
                "legalName": "Department of Justice"
            },
            "address": {
                "streetAddress": "C/O 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": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-20217",
            "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": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-59740",
            "name": "Identity withheld for security reasons",
            "identifier": {
                "legalName": "Identity withheld for security reasons"
            },
            "address": {
                "locality": "UK",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Justice.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-27321",
        "name": "Department of Justice"
    },
    "language": "en",
    "awards": [
        {
            "id": "020288-2022-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Lot 1 - Written Translation and Transcription Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-59740",
                    "name": "Identity withheld for security reasons"
                }
            ]
        },
        {
            "id": "020288-2022-2-2",
            "relatedLots": [
                "2"
            ],
            "title": "Lot 2 - Telephone Interpreting Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-59740",
                    "name": "Identity withheld for security reasons"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "020288-2022-1-1",
            "awardID": "020288-2022-1-1",
            "title": "Lot 1 - Written Translation and Transcription Services",
            "status": "active",
            "value": {
                "amount": 1693977.15,
                "currency": "GBP"
            },
            "dateSigned": "2022-07-26T00:00:00+01:00"
        },
        {
            "id": "020288-2022-2-2",
            "awardID": "020288-2022-2-2",
            "title": "Lot 2 - Telephone Interpreting Services",
            "status": "active",
            "value": {
                "amount": 463967,
                "currency": "GBP"
            },
            "dateSigned": "2022-07-26T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 7
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "2",
                "value": 7
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "2",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 7
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 7
            }
        ]
    }
}