Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Welsh Justice Research Programme

  • First published: 26 July 2024
  • Last modified: 26 July 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-143274
Published by:
Llywodraeth Cymru / Welsh Government
Authority ID:
AA0007
Publication date:
26 July 2024
Deadline date:
04 October 2024
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Welsh Government wish to commission a programme of research to inform and assist with preparations for the potential devolution of policing and justice functions to Wales. The programme of work will respond to various commissions into the constitutional arrangements in Wales and their findings around justice, as well as contributing and building upon existing research relating to the devolution of justice. CPV: 73110000, 79311400, 79300000, 79311410, 72316000, 73210000, 79315000, 73000000, 73200000, 73300000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Llywodraeth Cymru / Welsh Government

Gwasanaethau Caffael Corfforaethol / Corporate Procurement Services, Parc Cathays / Cathays Park

Caerdydd / Cardiff

CF10 3NQ

UK

Telephone: +44 3000257095

E-mail: CPSProcurementAdvice@gov.wales

NUTS: UKL

Internet address(es)

Main address: http://gov.wales

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://etenderwales.bravosolution.co.uk/web/login.shtml


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/web/login.shtml


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

Welsh Justice Research Programme

Reference number: C267/2023/2024

II.1.2) Main CPV code

73110000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Welsh Government wish to commission a programme of research to inform and assist with preparations for the potential devolution of policing and justice functions to Wales. The programme of work will respond to various commissions into the constitutional arrangements in Wales and their findings around justice, as well as contributing and building upon existing research relating to the devolution of justice.

II.1.5) Estimated total value

Value excluding VAT: 300 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79311400

79300000

79311410

72316000

73210000

79315000

73000000

73200000

73300000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The programme of work will respond to various commissions into the constitutional arrangements in Wales and their findings around justice, as well as contributing and building upon existing research relating to the devolution of justice. The research programme will provide three areas of work:

To assist in the assessment of preparedness, capacity and capability for further devolution of justice and policing functions and powers within Welsh Government, as well as potentially within the Senedd and partner and stakeholder organisations in the justice, policing and legal and advice sectors in Wales.

To inform discussions and developments relating to the devolution of justice and policing functions and powers, and to consider existing practices to improve outcomes under the current constitutional arrangements. The primary focus will be on youth justice, probation and policing while allowing for the consideration of other aspects of criminal justice where necessary.

To provide analysis and research considering trends relating to the current operation and delivery of criminal justice and policing in Wales, including how they interact with different populations and communities in Wales. Such work will inform the identification of future priorities and act as a baseline against which changes to justice and policing can be assessed through ongoing monitoring.

There will need to be flexibility in the research programme so it can be responsive to emerging needs and changing policy contexts and priorities. Integral to this will be the formulation of annual workplans to be agreed with the Welsh Government and an independent advisory group (that will be developed alongside the research programme to advise on the direction of the work) to direct the activity of the research programme. The annual workplans will be used to determine and agree the research activity for 12 months, including the particular projects, questions and methods to be addressed. It is expected that there will be three annual workplans over the course of the research programme.

It is expected that a variety of methods will be required to deliver the work, including reviews of existing evidence, data and practices and primary data collection in the form of interviews, focus groups, workshops and surveys of those with knowledge and understanding of the operation of justice services.

The Client proposes to award a 40-month contract consisting of three periods of 16 months + 12 months + 12 months. The contract will be subject to annual reviews, whereby towards the end of each of the three periods a decision will be required to be taken about whether the contract should continue. These decisions will be made in line with the delivery of the annual work plans.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 40

This contract is subject to renewal: Yes

Description of renewals:

Contract will run for an initial term of 16 months with the option to extend, on an annual basis, for up to a further 2 years.

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As stated in the tender documentation.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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:

2024/S 000-015533

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 04/10/2024

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 07/10/2024

Local time: 09:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Possibility that this requirement may be subject to further procurements. In which case a new notice would be issued in 2027.

VI.3) Additional information

E-TENDER INFORMATION:

https://etenderwales.bravosolution.co.uk

- The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.

- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.

- The User who performs the Registration becomes the Super User for the Organisation.

- On registering on the Platform the Super User will select a Username and will receive a password.

- The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.

- In order to log-in to the Platform please enter your Username and Password.

- Note: If you forget your Password then visit the homepage and click “Forgot your password?”

- Registration should only be performed once for each Organisation.

- If you think that someone in your Organisation may have already registered on this Platform then you must not register again.

- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.

- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).

- Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the Helpdesk to gain access to the Platform.

- Tenders must be uploaded to the BravoSolution portal by 2pm

HOW TO FIND THE ITT:

- Once logged in you must click on ‘ITT’s Open to all Suppliers’

- The etender references for this contract are: Project_55899 and

ITT _109344

- Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the ‘Express an Interest button’. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.

- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.

- Should you have any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly – Please do not contact the named person at the top of this notice.

NOTE: The authority is using eTenderwales to carry out this procurement process.To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID= 143274

(WA Ref:143274)

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

as described in the tender documents

The buyer considers that this contract is suitable for consortia bidding.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=143274

(WA Ref:143274)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

26/07/2024

Coding

Commodity categories

ID Title Parent category
72316000 Data analysis services Data-processing services
73300000 Design and execution of research and development Research and development services and related consultancy services
79311410 Economic impact assessment Survey services
79311400 Economic research services Survey services
79300000 Market and economic research; polling and statistics Business services: law, marketing, consulting, recruitment, printing and security
73200000 Research and development consultancy services Research and development services and related consultancy services
73000000 Research and development services and related consultancy services Research and Development
73210000 Research consultancy services Research and development consultancy services
73110000 Research services Research and experimental development services
79315000 Social research services Market research services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
CPSProcurementAdvice@gov.wales
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.