DoJ - Prevalence of Adverse Childhood Experiences (ACEs) NI

Award

Value

£150,000

Classifications

  • Research and development consultancy services
  • Research and development services and related consultancy services

Tags

  • award
  • contract

Published

1 year ago

Description

The Department of Justice (DoJ) coordinates the Tackling Paramilitary Activity, Criminality and Organised Crime Programme which is the Executive’s response to its commitment made under the Fresh Start agreement of November 2015 and the New Decade, New Approach (NDNA) document of 2020. It is reflected in the Programme for Government / Outcomes Delivery Plan and DoJ Corporate Plan for 2022-25. The Tackling Paramilitary Activity, Criminality, and Organised Crime Programme is a collaborative, Executive-wide approach which has the outcome of ‘safer communities, resilient to paramilitarism, criminality and coercive control’. It was initially established in 2016 as a result of the Fresh Start Agreement as a means of implementing the Independent Panel’s Report on the Disbandment of Paramilitary Groups. So far, Programme data confirms the findings of other studies that point to significant levels of trauma in communities where paramilitary activity is prevalent, and among those who are receiving or seeking support from the Programme. For that reason, the Programme is seeking to be trauma informed in all that it does; this means giving due consideration to the impact that trauma has on victims of paramilitarism, as well as those who help and support them. To support this goal, and to better understand need to improve service delivery, the Programme seeks to understand the prevalence of trauma, with the target of establishing a comprehensive baseline of levels of adverse childhood experiences (ACES), childhood trauma and exposure to violence in Northern Ireland. To do so, the Programme wishes to engage a contractor to complete an action research requirement to generate data and produce an associated research report to evidence the prevalence of ACEs, childhood trauma and exposure to violence in Northern Ireland.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Contracts for Innovation: In-Orbit Demonstration (IOD) of In-Orbit Manufacturing (IOM) in Low Earth Orbit (LEO) Phase 0/A Studies

The UK is committed to advancing its leadership in space-enabled manufacturing, as outlined in the Space Industrial Plan (March 2024). In-Orbit Manufacturing (IOM) is one subset of the wider In-Orbit Servicing, Assembly, and Manufacturing (ISAM) market. Investing in ISAM allows the UK to exploit early investments to become leaders in the market. The UK has developed the essential building blocks for ISAM, but we need to act now to secure our competitive advantage. In-Orbit Manufacturing (IOM) represents a transformative opportunity to produce materials and products in space that offer superior quality and performance compared to those manufactured on Earth. By overcoming terrestrial limitations, IOM can unlock new markets and drive innovation across multiple sectors. This procurement is structured into two Lots to address distinct terrestrial applications: • Lot 1: In-Orbit Manufacturing for terrestrial healthcare or medical applications • Lot 2: In-Orbit Manufacturing for other terrestrial applications Applicants may apply to only one Lot and submit a single application. Each Lot will fund a feasibility study (Phase 0/A) to assess the technical and commercial viability of delivering an In-Orbit Demonstration (IOD) mission in Low Earth Orbit (LEO), in accordance with UKSA's mission requirements (see Annex F). The competition aims to: • Demonstrate the technical feasibility of in-orbit manufacturing processes in LEO for the selected application area • Mature key payload and manufacturing technologies relevant to the chosen Lot • Evaluate suitable mission architectures and operational concepts for demonstration • Identify and assess risks, constraints, and enabling technologies • Develop a credible route to market, including engagement with end users and stakeholders Projects must address the high-risk, high-cost environment of in-orbit technology testing and provide evidence of engagement with end users to demonstrate commercial potential. Proposals should detail intended customer groups, integrators, and suppliers, and present a comprehensive management approach, including Work Package Descriptions (WPDs) and a Work Breakdown Structure (WBS) for both Phase 0 and Phase A. Applications must demonstrate compatibility against the mission requirements (Annex F) and ability to deliver the tasks set out below (Section 5). You should elaborate and critique these tasks, identifying any additional suitable activities (with justification). This competition aims to fund two studies. This notice relates to the intended procurement for a contract which is an exempted contract under s 3(6) and Schedule 2, Part 2 (Subject-matter exempted contracts), paragraph 22 (Research and Development Services) of the Procurement Act 2023 (the 'Act'). Exempted contracts are not a public contract as defined in s3 of the Act and therefore are not required to be procured in accordance with the provisions of the Act that relate to a covered procurement.

Katy Reed

Published 3 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete