Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Crown Prosecution Service
Rose Court, 2 Southwark Bridge Road
London
SE1 9HS
UK
Contact person: Hannah Betambeau
Telephone: +44 2033571799
E-mail: DPU@cps.gov.uk
NUTS: UKI
Internet address(es)
Main address: https://cps.bravosolution.co.uk
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://cps.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.cps.bravosolution.co.uk
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
Other: Legal Services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Visual Transciption Services (VTS)
Reference number: PR 02 2018
II.1.2) Main CPV code
79100000
II.1.3) Type of contract
Services
II.1.4) Short description
The Crown Prosecution Service requires the provision of transcription of visually recorded interviews of victims and witnesses, who may be children, vulnerable adults or other adults, interviewed by the police as part of a criminal investigation.
The CPS requires:
— a transcription service from visually recorded media,
— production of a transcription to be delivered to the CPS via secure email,
— maintenance of auditable records for the receipt, secure storage and return of recordings, and for recording the movements and viewing of the tapes, discs and transcribed material whenever it is in the possession of, or is created by the Service Provider.
Due to the nature of this procurement, the Service Provider must be located in the UK and hold SC Level security clearance.
II.1.5) Estimated total value
Value excluding VAT:
12 500 000.00
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
As outlined in 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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There will be 2 x 12 month extension options.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
Candidates will be chosen based on responses to the Standard Selection Questionnaire.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As outlined in the Standard Selection Questionnaire.
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted 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.
Envisaged maximum number of participants to the framework agreement: 3
Justification for any framework agreement duration exceeding 4 years: There is an extension option that may mean the duration exceeds 4 years. This is due to the sensitivity and security of this procurement.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/03/2018
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The tender will be managed via the Bravo Solution e-tendering Portal. Interested providers will need to register at https://cps.bravosolution.co.uk in order to gain access to the Standard Selection Questionnaire and related documentation. Once registered on the Bravo Solution system please contact Hannah Betambeau or Dave Smith at DPU@cps.gov.uk for access to this project.
VI.4) Procedures for review
VI.4.1) Review body
CPS
Rose Court, 2 Southwark Bridge Road
London
UK
VI.5) Date of dispatch of this notice
22/02/2018