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: UK
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: UK
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
Police Ombudsman 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: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.policeombudsman.org/
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
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 Face to Face Interpretation Service (for non-English speakers)
II.1.2) Prif god CPV
79540000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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.
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: 6 500 000.00 GBP
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
79540000
II.2.3) Man cyflawni
Cod NUTS:
UKN
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: AC1 Recruitment, Selection, Monitoring, Vetting and Training
/ Pwysoliad: 21
Maes prawf ansawdd: AC2 Service Delivery
/ Pwysoliad: 21
Maes prawf ansawdd: AC3 Contract Management
/ Pwysoliad: 18
Maes prawf ansawdd: AC4 Social Value - Indication 4.2
/ Pwysoliad: 10
Price
/ Pwysoliad:
30
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The contract is for an initial period of 3 years with one option to extend for a further period of up to 2 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 agored
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:
2025/S 000-000017
Section V: Dyfarnu contract
Rhif Contract: 1
Teitl: Contract
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
15/04/2025
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 4
Nifer y tendrau a ddaeth i law gan BBaChau: 2
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 2
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 4
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
Information withheld for security reasons
Information withheld for security reasons
BT13 2JF
UK
E-bost: justice.CPD@finance-ni.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
URL: https://www.finance-ni.gov.uk/topics/procurement
BBaCh yw’r contractwr:
Ydy
V.2.3) Enw a chyfeiriad y contractwr
Information withheld for security reasons
Information withheld for security reasons
UK
E-bost: justice.cpd@finance-ni.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
URL: https://www.finance-ni.gov.uk/topics/procurement
BBaCh yw’r contractwr:
Ydy
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 6 500 000.00 GBP
Cyfanswm gwerth y contract/lot: 6 500 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
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.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
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.
VI.5) Dyddiad anfon yr hysbysiad hwn
30/04/2025