Tender Details
Title

Court Appointed Intermediary Services - Framework Re-Opening October 2024 This notice relates to the re-opening of framework agreements originally awarded following a procurement exercise conducted under the light tough regime, following a process similar to the open procedure. The Ministry of Justice (MoJ) is inviting tenders for the provision of Court Appointed ...

Country
Language
English
Organization
Published Date
16.10.2024
Deadline Date
30.10.2024
Overview
Court Appointed Intermediary Services - Framework Re-Opening October 2024 This notice relates to the re-opening of framework agreements originally awarded following a procurement exercise conducted under the light tough regime, following a process similar to the open procedure. The Ministry of Justice (MoJ) is inviting tenders for the provision of Court Appointed ... Ministry of Justice Court Appointed Intermediary Services - Framework Re-Opening October 2024 - Opportunity Court Appointed Intermediary Services - Framework Re-Opening October 2024 Ministry of Justice F02: Contract notice Notice reference: 2024/S 000-033227 Published 16 October 2024, 8:32am Watch this notice Contents Open all one. Contracting authorityI. Contracting authorityPress escape key to exit two. Object II. Object three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information four. ProcedureIV. Procedure six. Complementary informationVI. Complementary information Download PDF version Share this notice Twitter LinkedIn Email Copy link Print this notice Report concerns about this procurement Section one: Contracting authoritySection I: Contracting authority one.1) Name and addressesI.1) Name and addresses Ministry of Justice 102 Petty France London SW1H 9AJ Email matt.brackley@justice.gov.uk Telephone +44 02033343555 Country United Kingdom NUTS code UK - United Kingdom Internet address(es) Main address https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html one.3) CommunicationI.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html Tenders or requests to participate must be submitted to the above-mentioned address one.4) Type of the contracting authorityI.4) Type of the contracting authority Ministry or any other national or federal authority one.5) Main activityI.5) Main activity Public order and safety Section two: ObjectSection II: Object two.1) Scope of the procurementII.1) Scope of the procurement two.1.1) TitleII.1.1) Title Court Appointed Intermediary Services - Framework Re-Opening October 2024 Reference number 2758 two.1.2) Main CPV codeII.1.2) Main CPV code 75231100 - Law-courts-related administrative services two.1.3) Type of contractII.1.3) Type of contract Services two.1.4) Short descriptionII.1.4) Short description This notice relates to the re-opening of framework agreements originally awarded following a procurement exercise conducted under the light tough regime, following a process similar to the open procedure. The Ministry of Justice (MoJ) is inviting tenders for the provision of Court Appointed Intermediary Services (CAIS), to support vulnerable defendants in the criminal jurisdiction and vulnerable parties and witnesses in the civil, family and tribunal jurisdictions. These services will be provided in courts and tribunals in England and Wales and tribunals in Scotland. Intermediaries facilitate impartial communication to enable complete, coherent and accurate communication between vulnerable people and the courts/tribunals. Intermediaries may be instructed to provide an assessment of a person's communication needs, and provide recommendations on measures that could be put in place by the court to support vulnerable people, young people, children and other individuals who may need assistance during court proceedings. The intermediary may also be required to attend hearings to provide such assistance and support. For the avoidance of doubt, the MoJ is only seeking tenders in relation to intermediary services that currently fall outside the remit of the MoJ Witness Intermediary Scheme (MoJ WIS). All requests for intermediary support for witnesses in criminal cases will continue to be managed via the MoJ WIS. two.1.5) Estimated total valueII.1.5) Estimated total value Value excluding VAT: £20,000,000 two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: No two.2) DescriptionII.2) Description two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UK - United Kingdom two.2.4) Description of the procurementII.2.4) Description of the procurement The MoJ invites tenders for Court Appointed Intermediary Services to support two existing framework agreements: the Managed & Approved Service Provider framework (MASP), and the Approved Service Provider framework (ASP). The MASP framework seeks providers with the ability to manage multiple simultaneous bookings, and the capability to recruit, train and manage intermediaries to support a range of vulnerabilities, for deployment nationally. The ASP framework seeks experienced and qualified intermediaries to support bookings on demand. There is no limit to the number of service providers awarded a place on either framework, however a service provider may not hold a place on both the MASP and ASP frameworks simultaneously. The MoJ is managing this procurement in accordance with its general obligations under UK law and specifically in accordance with the Public Contracts Regulations 2015 (PCRs) and the Light Touch Regime contained within Regulations 74 to 77. The framework agreements are dynamic frameworks and a hybrid of a framework agreement and dynamic purchasing system. As such, the framework agreements will be reopened at six month intervals for the admission of new service providers who qualify against the selection and award criteria outlined in the procurement documents. two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £20,000,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system End date 31 March 2025 This contract is subject to renewal Yes Description of renewals Framework extension options include provision to extend the term by an additional 24 months. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information The MoJ uses an electronic sourcing (e-sourcing) system to facilitate procurement activity. Registration via the portal is free of charge and requires no specialist software to access. Registration can be undertaken at: https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html Section three. Legal, economic, financial and technical informationSection III. Legal, economic, financial and technical information three.1) Conditions for participationIII.1) Conditions for participation three.1.3) Technical and professional abilityIII.1.3) Technical and professional ability Selection criteria as stated in the procurement documents Section four. ProcedureSection IV. Procedure four.1) DescriptionIV.1) Description four.1.1) Type of procedureIV.1.1) Type of procedure Open procedure four.1.3) Information about a framework agreement or a dynamic purchasing systemIV.1.3) Information about a framework agreement or a dynamic purchasing system The procurement involves the establishment of a framework agreement Framework agreement with several operators four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes four.2) Administrative informationIV.2) Administrative information four.2.1) Previous publication concerning this procedureIV.2.1) Previous publication concerning this procedure Notice number: 2020/S 138-340788 four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate Date 30 October 2024 Local time 5:00pm four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted English four.2.6) Minimum time frame during which the tenderer must maintain the tenderIV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 6 (from the date stated for receipt of tender) four.2.7) Conditions for opening of tendersIV.2.7) Conditions for opening of tenders Date 30 October 2024 Local time 5:00pm Section six. Complementary informationSection VI. Complementary information six.1) Information about recurrenceVI.1) Information about recurrence This is a recurrent procurement: Yes Estimated timing for further notices to be published: Every six months six.2) Information about electronic workflowsVI.2) Information about electronic workflows Electronic invoicing will be accepted Electronic payment will be used six.3) Additional informationVI.3) Additional information Nothing in this notice shall generate any contractual obligations prior to the signature or execution of agreement or contracts following completion of the tender process. The MoJ reserves the right to reject all or any of the bids for the competition and not to appoint any potential provider, without any liability on its part. Transparency: HM Government requires that tender documentation issued by Government departments for contracts with a value exceeding GBP 10 000 over the life of the contract are published online (http://www.contractsfinder.businesslink.gov.uk) for the general public. In the event a contract is awarded following a tendering exercise, the contract will be published on the contracts finder website, subject to the statutory grounds for redaction as set out in the Freedom of Information Act 2000. The MoJ may use its discretion to redact information to protect key commercial interests or on prescribed grounds. Therefore, bidders who wish information not to be published if successful should secure agreement with the MoJ prior to submission. Only documentation relating to awarded contracts will be published. Key commercial interests, trade secrets and commercial interests which would be prejudiced by publication, following the tests in section 43 of the Freedom of Information Act 2000 maybe redacted. http://www.justice.gov.uk/guidance/docs/foi-exemption-s43.pdf The prescribed grounds for redaction are: (a) national security; (b) personal data; (c) information protected by intellectual property law; (d) information which it is not in the public interest to disclose (following the tests under the Freedom of Information Act 2000); (e) third party confidential information; (f) IT security; or (g) prevention of fraud. Freedom of information (FOI) The Freedom of Information Act came fully into force in 2005. If any organisation considers that any information supplied by them is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivities specified. In such cases the relevant material will in response to FOI requests be examined in the light of exemptions provided for in the Act. six.4) Procedures for reviewVI.4) Procedures for review six.4.1) Review bodyVI.4.1) Review body Ministry of Justice London Country United Kingdom Back to top 1729683299 Support links About us Contact us Accessibility statement Terms and conditions Privacy notice Cookies Data and API All content is available under the Open Government Licence v3.0 except where otherwise stated. Notices are based on TED XML schema. © European Union, https://ted.europa.eu, 1998–2020 © Crown copyright Review services If you have any concerns about procurement practices, including late payment, you can contact a review service. The role of the services is to: provide a clear, structured and direct route for suppliers to raise concerns about public procurement practice offer feedback to enquirers on their concerns Find out more: England - Public Procurement Review Service Northern Ireland - CPD Supplier Charter Scotland - Single Point of Enquiry Wales - Supplier Feedback Service Close Saved to watched notices list This notice has been added to your watched notices list. Close Sign in to watch this notice To watch this notice, sign in to your account or register. You will need to find this notice again after signing in to watch it. Watching a notice means: It will be in your list of watched notices, so you can easily find it again You can choose to receive emails when it is updated or before it closes Close Confirm YesNo Session timeout Your session will time out soon You will be signed out of your account if you do not respond in 5 minutes. We do this to keep your information secure. 5 minutes remaining until you will be signed out. Continue session Sign out warning you will not be able to undo this action Court Appointed Intermediary Services - Framework Re-Opening October 2024Ministry of Justice  This notice relates to the re-opening of framework agreements originally awarded following a procurement exercise conducted under the light tough regime, following a process similar to the open procedure. The Ministry of Justice (MoJ) is inviting tenders for the provision of Court Appointed ...  Notice typeF02: Contract noticeClosing30 October 2024, 5:00pmContract locationUK - United KingdomTotal value £20,000,000 Publication date16 October 2024, 8:32am
NAICS
Business All Other Professional Jewelry Navigational Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Regulation Religious Financial Transactions Processing Securities Justice Automatic Environmental Control Manufacturing for Residential Other Professional Cookie National Security Turned Product and Screw Other Justice Regulation Commercial National Security Jewelry Measuring Courts Navigational Courts Financial Transactions Processing Other Similar Organizations (except Business All Other Professional General Freight Trucking Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Professional Process Funds
CPVS
System, storage and content management software package Mains Control, safety, signalling and light equipment Nuts Sections Lavatory seats, covers, bowls and cisterns Publications Frames Safety cases Supports System, storage and content management software development services Watches Vats Other services Keys Security, fire-fighting, police and defence equipment Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Nuts Software Awards Watches Public order and safety Single room Case making services Securities
Regions
Europe Northern Europe
Sectors
Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Security Services Roads and Highways-Bridge Infrastructure Law and Legal Printing and Publishing Services Railways-Rail-Railroad Defence and Security Electricity Construction Consultancy Energy-Power and Electrical Computer Hardwares and Consumables Petroleum Products Electronics Building Material Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert