Type of document: Contract Notice
Country: United Kingdom
Publication Ref: 070464/S 000-2025
Nature of contract: Service contract
Procedure: Not specified
Regulation of procurement: Not applicable
Type of bid required: Not applicable
UKPGA UK4: Tender Notice
I) Contracting Authority/Entity
I.1) Name and addresses
Official name: Northern Ireland Prison Service
National registration number: PRMX-2692-MXQX
Postal address: Dundonald House, Upper Newtownards Road
Town: Belfast
Postal code: BT4 3SU
Country: United Kingdom
Email: Justice.CPD@finance-ni.gov.uk
I.3) Communication
Tenders or requests to participate must be submitted
Electronically
via
I.4) Type of the contracting authority
Public authority – sub-central government
Procuring Entity
CPD – Supplies & Services Division
Construction and Procurement Delivery – Supplies and Services Division, is a Centre of Procurement Expertise and provides a central procurement function for central government in Northern Ireland
Postal address: Clare House, 303 Airport Road West
Town: BELFAST
Postal code: BT3 9ED
Country: United Kingdom
Email: Justice.CPD@finance-ni.gov.uk
II) Object
II.1.1) Title
DoJ – NIPS – Provision of Psychological Risk Assessment Reports to identify offending pathways, treatment-planning needs and meet Public Protection requirements within the Northern Ireland Prison Service
Reference number: ID 6033878
II.1.3) Type of contract
Services
Special regime
LightTouch
II.1.4) Short description
The Northern Ireland Prison Service (NIPS) wishes to establish a contract with a single Contractor for the provision of support to deliver Psychological Risk / Need Assessment reports to better understand service users offending pathways and make recommendations regarding suitability for release.
II.1.7) Total value of the procurement
Value (including VAT)
270,000
Value (excluding VAT)
225,000
Currency
GBP
II.2) Description
II.2.1) Title
Contract/Lot No
1
II.2.2) CPV codes
Main CPV code
85000000
II.2.3) Place of performance
NUTS code
UKN – NORTHERN IRELAND
II.2.5) Award Criteria
Highest precedence first unless weighted otherwise
Quality
Name: AC1 – Company Experience
Weighting: 11.9 percent
Quality
Name: AC2 – Implementation
Weighting: 30.1 percent
Quality
Name: AC3 – Contract and Account Management
Weighting: 9.8 percent
Quality
Name: AC4 – Data Handling and Maintenance
Weighting: 9.8 percent
Quality
Name: AC5 – Business Continuity
Weighting: 13.3 percent
Price
Name: AC6 – Price/Cost
Weighting: 30 percent
II.2.6) Estimated Value
Value (excluding VAT)
225,000
Currency
GBP
II.2.7) Contract dates (estimated)
Start
2025-12-01 00:00
End
2026-09-01 23:59
Duration
9 months 1 day
III) Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Particular suitability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
IV) Procedure
IV.1) Description
IV.1.1) Type of procedure
Below threshold – open competition
IV.2) Administrative information
IV.2.1) Tender period dates
Enquiry deadline
2025-11-13 17:00
IV.2.2) Tender submission deadline
2025-11-20 15:00
VI) Complementary information
Link to source/bidding documents
VI.5) Date of dispatch of this notice
2025-11-03 13:55