Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Ministry of Justice.
  102 Petty France
  London
  SW1H 9AJ
  UK
  
            Telephone: +44 02033343555
  
            E-mail: CCMDIntermediaries@justice.gov.uk
  
            NUTS: UK
  Internet address(es)
  
              Main address: https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
 
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Court Appointed Intermediary Services
            Reference number: 2758
  II.1.2) Main CPV code
  75231100
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  This notice relates to 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.
  II.1.5) Estimated total value
  Value excluding VAT: 
			20 000 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.3) Place of performance
    NUTS code:
    UK
    II.2.4) Description of the procurement
    The MoJ invites tenders for Court Appointed Intermediary Services to support the formation of two 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 will be 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.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.6) Estimated value
    Value excluding VAT: 
			20 000 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 24
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Framework agreements may be extended for up to an additional 24 months.
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
    II.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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
  III.1.3) Technical and professional ability
  Selection criteria as stated in the procurement documents
 
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Open procedure
                        
  
                    IV.1.3) Information about a framework agreement or a dynamic purchasing system
                  
  The procurement involves the establishment of a framework agreement with several operators.
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.1) Previous publication concerning this procedure
  Notice number in the OJ S:
  2020/S 138-340788
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              08/09/2021
  
                Local time: 15:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.2.6) Minimum time frame during which the tenderer must maintain the tender
  
                Tender must be valid until:
                07/03/2022
  IV.2.7) Conditions for opening of tenders
  
              Date:
              08/09/2021
  
              Local time: 15:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        Yes
      
Estimated timing for further notices to be published:
Every six months starting June 2022
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.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.
VI.4) Procedures for review
  VI.4.1) Review body
  
    Ministry of Justice
    London
    UK
   
 
VI.5) Date of dispatch of this notice
11/08/2021