DoJ Face to Face Interpretation Service (for non-English speakers)

A Contract Award Notice
by DEPARTMENT OF JUSTICE

Source
Find a Tender
Type
Contract (Services)
Duration
not specified
Value
£6M
Sector
BUSINESS
Published
30 Apr 2025
Delivery
not specified
Deadline
n/a

Concepts

Location

Northern Ireland:

Geochart for 3 buyers and 2 suppliers

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.

Total Quantity or Scope

• 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

Award Detail

1 [Redacted] (None)
  • Contract
  • Reference: 018019-2025-1-1
  • Value: £6,500,000 [share]
  • Awarded to group of suppliers.
2 [Redacted] (None)
  • Contract
  • Reference: 018019-2025-1-1
  • Value: £6,500,000 [share]
  • Awarded to group of suppliers.

Renewal 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.

Award Criteria

AC1 Recruitment, Selection, Monitoring, Vetting and Training 21
AC2 Service Delivery 21
AC3 Contract Management 18
AC4 Social Value - Indication 4.2 10
price 30

CPV Codes

  • 79540000 - Interpretation services

Indicators

  • Options are available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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.

Reference

Domains