Hysbysiad dyfarnu contract
Canlyniadau'r weithdrefn gaffael
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Department of Justice
c/o Construction and Procurement Delivery, 303 Airport Road West
Belfast
BT3 9ED
UK
E-bost: justice.cpd@finance-ni.gov.uk
NUTS: UKN
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.justice-ni.gov.uk/
Cyfeiriad proffil y prynwr: https://www.finance-ni.gov.uk/topics/procurement
I.1) Enw a chyfeiriad
Police Service of Northern Ireland
c/o Construction Procurement Delivery, Clare House, 303 Airport Road West
Belfast
BT3 9ED
UK
E-bost: justice.cpd@finance-ni.gov.uk
NUTS: UKN
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.psni.police.uk/
Cyfeiriad proffil y prynwr: https://www.finance-ni.gov.uk/topics/procurement
I.1) Enw a chyfeiriad
Probation Board for Northern Ireland
c/o Construction Procurement Delivery, Clare House, 303 Airport Road West
Belfast
BT3 9ED
UK
E-bost: justice.cpd@finance-ni.gov.uk
NUTS: UKN
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.pbni.org.uk/
Cyfeiriad proffil y prynwr: https://www.finance-ni.gov.uk/topics/procurement
I.2) Caffael ar y cyd
Mae a wnelo’r contract â chaffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
DoJ Provision of Electronic Monitoring Services in Northern Ireland
Cyfeirnod: ID3342314
II.1.2) Prif god CPV
79710000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The Department of Justice (DOJ) require a contract for the provision of services for the Electronic Monitoring (EM) of offenders in Northern Ireland. The scope of EM is a public
protection tool for both for the judiciary and for the criminal justice agencies monitoring offenders in the community. The Criminal Justice (Northern Ireland ) Order 2008 ("the 2008
Order") provides that electronic monitoring services are made available to facilitate effective monitoring of offenders' compliance with curfew conditions aimed at enhancing
their supervision and limiting their opportunity to reoffend. EM is a key public protection tool for both for the judiciary and for the criminal justice agencies (CJA) who monitor offenders in
the community. The four CJA clients using EM services are:
• NI Court Service (NICTS);
•Police Service NI (PSNI);
• NI Prison Service (NIPS); and
• Probation Board NI (PBNI).
EM currently monitors adherence to curfews requiring the confinement of the subject within the boundaries of an approved address for a period of between 2 and 12 hours per day. It uses an
electronic tag fitted to a subject which sends a signal to a receiver unit located at the curfew address - usually the subject's home. During the hours of the curfew, breaks in the signal (where the tag goes out of range of the receiver) indicate that a curfew violation has occurred and are verified and reported by the service provider to the appropriate supervising CJA. The monitoring information EM provides can be presented at court to confirm curfew
condition violations or support the prosecution case in relation to any other offences which may have been committed whilst being monitored. It therefore plays an important role in levels of public confidence, hampers the ability of an offender to reoffend (during the curfew hours when the court believes they are at greatest risk of re-offending) and can provide valuable information to statutory authorities which can be used to support the detection and
prosecution of crime.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 20 000 000.00 GBP
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
79714000
II.2.3) Man cyflawni
Cod NUTS:
UKN
Prif safle neu fan cyflawni:
Potentially any location within Northern Ireland.
II.2.4) Disgrifiad o’r caffaeliad
The Department of Justice (DOJ) require a contract for the provision of services for the Electronic Monitoring (EM) of offenders in Northern Ireland. The scope of EM is a public
protection tool for both for the judiciary and for the criminal justice agencies monitoring offenders in the community. The Criminal Justice (Northern Ireland ) Order 2008 ("the 2008
Order") provides that electronic monitoring services are made available to facilitate effective monitoring of offenders' compliance with curfew conditions aimed at enhancing
their supervision and limiting their opportunity to reoffend. EM is a key public protection tool for both for the judiciary and for the criminal justice agencies (CJA) who monitor offenders in
the community. The four CJA clients using EM services are:
• NI Court Service (NICTS);
•Police Service NI (PSNI);
• NI Prison Service (NIPS); and
• Probation Board NI (PBNI).
EM currently monitors adherence to curfews requiring the confinement of the subject within the boundaries of an approved address for a period of between 2 and 12 hours per day. It uses an
electronic tag fitted to a subject which sends a signal to a receiver unit located at the curfew address - usually the subject's home. During the hours of the curfew, breaks in the signal (where the tag goes out of range of the receiver) indicate that a curfew violation has occurred and are verified and reported by the service provider to the appropriate supervising CJA. The monitoring information EM provides can be presented at court to confirm curfew
condition violations or support the prosecution case in relation to any other offences which may have been committed whilst being monitored. It therefore plays an important role in levels of public confidence, hampers the ability of an offender to reoffend (during the curfew hours when the court believes they are at greatest risk of re-offending) and can provide valuable information to statutory authorities which can be used to support the detection and
prosecution of crime.
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: AC1 Operational Service Requirements (i)
/ Pwysoliad: 12
Maes prawf ansawdd: AC2 Operational Service Requirements (ii)
/ Pwysoliad: 4
Maes prawf ansawdd: AC3 Operational Service Requirements (iii)
/ Pwysoliad: 4
Maes prawf ansawdd: AC4 Management Information Systems and Reporting Requirements
/ Pwysoliad: 10
Maes prawf ansawdd: AC5 Technical Requirements
/ Pwysoliad: 12
Maes prawf ansawdd: AC6 Service Requirements including Implementation and Transition
/ Pwysoliad: 10
Maes prawf ansawdd: AC7 Information Security
/ Pwysoliad: 4
Maes prawf ansawdd: AC8 Personnel Experience - Project Manager
/ Pwysoliad: 4
Maes prawf ansawdd: AC9 Social Value
/ Pwysoliad: 10
Price
/ Pwysoliad:
30
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The Contract will be for an initial period of five (5) years, with scope for two further extensions, of three (3) and two (2) years. If both extension periods are used, the total contract period will be ten (10) years.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gystadleuol gyda negodi
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2022/S 000-025508
Section V: Dyfarnu contract
Teitl: DoJ Provision of Electronic Monitoring Services in Northern Ireland
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
27/03/2025
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 2
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
Information withheld for security reasons
Information withheld for security reasons
Information withheld for security reasons
UK
NUTS: UK
BBaCh yw’r contractwr:
Na
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 20 000 000.00 GBP
Cyfanswm gwerth y contract/lot: 20 000 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
With reference to IV.2.1: please note that the correct contract notice reference is 2023/S 000-018490. The FTS system would not recognise this.
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.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
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.
N/A
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
31/03/2025