DoJ Provision of Electronic Monitoring Services in Northern Ireland
A Contract Award Notice
by DEPARTMENT OF JUSTICE
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- not specified
- Value
- £20M
- Sector
- DEFENCE
- Published
- 31 Mar 2025
- Delivery
- not specified
- Deadline
- n/a
Concepts
Location
Potentially any location within Northern Ireland
3 buyers
- Department of Justice Belfast
- Police Service of Northern Ireland Belfast
- Probation Board for Northern Ireland Belfast
1 supplier
- [Redacted] None
Description
The Department of Justice (DOJ) require a contract for the provision of services for the Electronic Monitoring (EM) of offenders in Northern Ireland. The scope of EM is a public protection tool for both for the judiciary and for the criminal justice agencies monitoring offenders in the community. The Criminal Justice (Northern Ireland ) Order 2008 ("the 2008 Order") provides that electronic monitoring services are made available to facilitate effective monitoring of offenders' compliance with curfew conditions aimed at enhancing their supervision and limiting their opportunity to reoffend. EM is a key public protection tool for both for the judiciary and for the criminal justice agencies (CJA) who monitor offenders in the community. The four CJA clients using EM services are: • NI Court Service (NICTS); •Police Service NI (PSNI); • NI Prison Service (NIPS); and • Probation Board NI (PBNI). EM currently monitors adherence to curfews requiring the confinement of the subject within the boundaries of an approved address for a period of between 2 and 12 hours per day. It uses an electronic tag fitted to a subject which sends a signal to a receiver unit located at the curfew address - usually the subject's home. During the hours of the curfew, breaks in the signal (where the tag goes out of range of the receiver) indicate that a curfew violation has occurred and are verified and reported by the service provider to the appropriate supervising CJA. The monitoring information EM provides can be presented at court to confirm curfew condition violations or support the prosecution case in relation to any other offences which may have been committed whilst being monitored. It therefore plays an important role in levels of public confidence, hampers the ability of an offender to reoffend (during the curfew hours when the court believes they are at greatest risk of re-offending) and can provide valuable information to statutory authorities which can be used to support the detection and prosecution of crime.
Total Quantity or Scope
• NI Court Service (NICTS); •Police Service NI (PSNI); • NI Prison Service (NIPS); and • Probation Board NI (PBNI).
Award Detail
1 | [Redacted] (None)
|
Renewal Options
The Contract will be for an initial period of five (5) years, with scope for two further extensions, of three (3) and two (2) years. If both extension periods are used, the total contract period will be ten (10) years.
Award Criteria
AC1 Operational Service Requirements (i) | 12 |
AC2 Operational Service Requirements (ii) | 4 |
AC3 Operational Service Requirements (iii) | 4 |
AC4 Management Information Systems and Reporting Requirements | 10 |
AC5 Technical Requirements | 12 |
AC6 Service Requirements including Implementation and Transition | 10 |
AC7 Information Security | 4 |
AC8 Personnel Experience - Project Manager | 4 |
AC9 Social Value | 10 |
price | 30 |
CPV Codes
- 79710000 - Security services
- 79714000 - Surveillance services
Indicators
- Options are available.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** With reference to IV.2.1: please note that the correct contract notice reference is 2023/S 000-018490. The FTS system would not recognise this. 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
- ocds-h6vhtk-0367a9
- FTS 011897-2025