Ministry or any other national or federal authority, including their regional or local subdivisions
Lot No: Lot 2
II.2.1) Title
Lot 2 FED Data Solutions Services
II.2.2) Additional CPV code(s)
48440000
66170000
66171000
71621000
72000000
72212100
72212211
72212400
72212440
72212441
72212442
72212443
72212460
72212461
72212462
72212480
72212482
72212610
72212730
72212731
72212732
72212900
72212990
72220000
72221000
72225000
72300000
72310000
72311000
72311100
72312000
72312100
72312200
72313000
72314000
72315000
72315100
72315200
72316000
72317000
72318000
72319000
72320000
72321000
72322000
72330000
73000000
73100000
73110000
73120000
73200000
73210000
73220000
73300000
75000000
75100000
75110000
75112000
75120000
75130000
75131000
79100000
79110000
79111000
79112000
79140000
79200000
79210000
79211000
79211100
79211200
79212000
79212100
79212200
79212400
79223000
79311400
79313000
79330000
79400000
79410000
79411000
79412000
79500000
79510000
79511000
79570000
79571000
79620000
79621000
79700000
79720000
79721000
79940000
79994000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
Provision of FED Data Solutions Services to enable Buyers who will require access to individual or multiple items of data in a variety of formats that they can receive from the Supplier via secure online access to Supplier systems or via other agreed secure medium. The Supplier will provide access to data and information that matches items within the requirement. This lot enabled Buyers to create bespoke data and report requests, it caters for a broad range of potential Buyer requirements.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70%
Price
/ Weighting:
30
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
II.2.14) Additional information
The framework has been established for 48 months.
A Framework Contract was awarded to all bidders who achieved, or exceeded, Final Score of 32.72
Lot No: Lot 3
II.2.1) Title
Lot 3 Affordability Assessment and Monitoring
II.2.2) Additional CPV code(s)
48440000
66170000
66171000
71621000
72000000
72212100
72212211
72212400
72212440
72212441
72212442
72212443
72212460
72212461
72212462
72212480
72212482
72212610
72212730
72212731
72212732
72212900
72212990
72220000
72221000
72225000
72300000
72310000
72311000
72311100
72312000
72312100
72312200
72313000
72314000
72315000
72315100
72315200
72316000
72317000
72318000
72319000
72320000
72321000
72322000
72330000
73000000
73100000
73110000
73120000
73200000
73210000
73220000
73300000
75000000
75100000
75110000
75112000
75120000
75130000
75131000
79100000
79110000
79111000
79112000
79140000
79200000
79210000
79211000
79211100
79211200
79212000
79212100
79212200
79212400
79223000
79311400
79313000
79330000
79342400
79342410
79400000
79410000
79411000
79412000
79500000
79510000
79511000
79512000
79570000
79571000
79620000
79621000
79700000
79720000
79721000
79940000
79994000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
Provision of Affordability Assessment and Monitoring services. The Lot included the provision of automated assessment and validation of personal financial circumstances, automated completion and validation of income and expenditure, using the Supplier’s platform, relevant technology and data including CRA data and open banking.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70%
Price
/ Weighting:
30
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
II.2.14) Additional information
The framework has been established for 48 months.
A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 24.80
Lot No: Lot 4
II.2.1) Title
Lot 4 FED Advisory
II.2.2) Additional CPV code(s)
48440000
66170000
66171000
71621000
72000000
72212100
72212211
72212400
72212440
72212441
72212442
72212443
72212460
72212461
72212462
72212480
72212482
72212610
72212730
72212731
72212732
72212900
72212990
72220000
72221000
72225000
72300000
72310000
72311000
72311100
72312000
72312100
72312200
72313000
72314000
72315000
72315100
72315200
72316000
72317000
72318000
72319000
72320000
72321000
72322000
72330000
73000000
73100000
73110000
73120000
73200000
73210000
73220000
73300000
75000000
75100000
75110000
75112000
75120000
75130000
75131000
79100000
79110000
79111000
79112000
79140000
79200000
79210000
79211000
79211100
79211200
79212000
79212100
79212200
79212400
79223000
79311400
79313000
79330000
79342400
79342410
79400000
79410000
79411000
79412000
79500000
79510000
79511000
79512000
79570000
79571000
79620000
79621000
79700000
79720000
79721000
79940000
79994000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
Provision of FED Advisory Services where Suppliers shall provide subject matter expert personnel with the appropriate security clearances (as proscribed by the Buyer) to deliver a range of advisory service to the Buyer relating to FED including;
i. The design of new FED processes or services
ii. The review and improvement of existing FED and income generating services
iii. The review and implementation of externally procured FED and income generating products and services
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70% Technical
Price
/ Weighting:
30%
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
II.2.14) Additional information
The framework has been established for 48 months.
A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 24.80
Lot No: Lot 5
II.2.1) Title
Lot 5 Enforcement Services
II.2.2) Additional CPV code(s)
72212440
72212441
72212443
72212460
72212461
72212462
72212480
72212482
72212610
72212730
72212731
72212732
72212900
72212990
72220000
72221000
72225000
72300000
72310000
72311000
72311100
72312000
72312100
72312200
72313000
72314000
72315000
72315100
72315200
72316000
72317000
72318000
72319000
72320000
72321000
72322000
72330000
73000000
73100000
73110000
73120000
73200000
73210000
73220000
73300000
75000000
75100000
75110000
75112000
75120000
75130000
75131000
75242110
79100000
79110000
79111000
79112000
79212100
79212200
79212400
79223000
79311400
79313000
79330000
79342400
79342410
79400000
79410000
79411000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
Provision of Enforcement Services which included the collection of monies owed to the Buyer through the application of enforcement activity inline with the Ministry of Justice Taking Control of Goods: National Standards (April 2014).
The lot covers a range of national and local enforcement services requirements underpinning the key deliverables.
The services included:
● Visits
● Immobilising Vehicles and Taking Control of Goods
● Sale of Goods
● Information Sharing and Targeted Enforcement
● Warrants of Arrest (Bail and no Bail and Committal)
● Optional Service - International Enforcement / Foreign Registered Vehicles
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 90% Technical
Price
/ Weighting:
10%
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
II.2.14) Additional information
The framework has been established for 48 months.
A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 45.32
Lot No: Lot 6
II.2.1) Title
Lot 6 Litigation Services England and Wales
II.2.2) Additional CPV code(s)
66171000
71621000
72000000
72212100
72212211
72212400
72212440
72212441
72212442
72212443
72212460
72212461
72212462
72212480
72212482
72212610
72212730
72212732
72212900
72212990
72220000
72221000
72225000
72300000
72310000
72311000
72311100
72312000
72312100
72315200
72316000
72317000
72318000
72319000
72320000
72321000
72322000
72330000
73000000
73100000
73110000
73120000
73200000
73210000
73220000
73300000
75000000
75100000
75110000
75112000
75120000
75130000
75242110
79100000
79110000
79211200
79212000
79223000
79313000
79330000
79342400
79342410
79400000
79410000
79411000
79412000
79500000
79510000
79511000
79512000
79570000
79571000
79620000
79621000
79700000
79720000
79721000
79940000
79994000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
Provision of Litigation Services for England and Wales (including the appropriate alternative action in Northern Ireland). The services included:
a. Judgement or equivalent Order to Enforce (as agreed with the Buyer)
b. Pre-enforcement / Early action Case Management
c. Pre litigation verification
d. Warrant of Execution (County Court - bailiff to attend Customer’s address);
e. Attachment of Earnings;
f. Writ of Fi Fa (High Court);
g. High Court Enforcement Agent Service;
h. Third Party Debt Order;
i. Charging Order (and apply for restriction)
j. Drive-by Asset Valuation
k. Order for Sale
l. Order to obtain information;
m. Bankruptcy (insolvency, including CVA, IVA proposals and Debt Arrangement Schemes (Scotland);
n. Order for Possession;
o. Freezing Injunctions and search orders;
p. Tomlin Order (court action is stayed);
q. European Orders for Payment;
r. European Small Claims Procedure or European Enforcement Order (if appropriate).
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70% Technical
Price
/ Weighting:
30%
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
II.2.14) Additional information
The framework has been established for 48 months.
A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 24.80
Lot No: Lot 7
II.2.1) Title
Lot 7 Scottish Litigation Services
II.2.2) Additional CPV code(s)
48440000
66170000
66171000
71621000
72000000
72212100
72212211
72212400
72212440
72212441
72212442
72212443
72212460
72212461
72212462
72212480
72212482
72212610
72212730
72212731
72212732
72212900
72212990
72220000
72221000
72225000
72300000
72310000
72311000
72311100
72312000
72312100
72312200
72314000
72315000
72315100
72315200
72316000
72317000
72318000
72319000
72320000
72321000
72322000
72330000
73000000
73100000
73110000
73120000
73200000
73210000
73220000
73300000
75000000
75100000
75110000
75112000
75120000
75130000
75131000
75242110
79100000
79110000
79111000
79112000
79140000
79200000
79210000
79211000
79211100
79211200
79212000
79212100
79212200
79212400
79223000
79311400
79313000
79330000
79342400
79342410
79400000
79410000
79411000
79412000
79500000
79510000
79511000
79512000
79570000
79571000
79620000
79621000
79700000
79720000
79721000
79940000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
Provision of Scottish Litigation Services (including the appropriate alternative action in Northern Ireland):
The services included:
A. Judgement or equivalent Order to Enforce (as agreed with the Buyer)
B. Pre-enforcement / Early action Case Management
C. Pre litigation verification
D. Warrant of Execution (County Court - bailiff to attend Customer’s address);
E. Attachment of Earnings;
F. Writ of Fi Fa (High Court);
G. High Court Enforcement Agent Service;
H. Third Party Debt Order;
I. Charging Order (and apply for restriction)
J. Drive-by Asset Valuation
K. Order for Sale
L. Order to obtain information;
M. Bankruptcy (insolvency, including CVA, IVA proposals and Debt Arrangement Schemes (Scotland);
N. Order for Possession;
O. Freezing Injunctions and search orders;
P. Tomlin Order (court action is stayed);
Q. European Orders for Payment;
R. European Small Claims Procedure or European Enforcement Order (if appropriate).
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70% Technical
Price
/ Weighting:
30%
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
II.2.14) Additional information
The framework has been established for 48 months.
A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 24.80
Lot No: Lot 8
II.2.1) Title
Lot 8 UK Auctioneers - London
II.2.2) Additional CPV code(s)
72212100
72212211
72212990
72220000
72225000
73120000
75000000
75100000
75110000
75130000
75131000
79100000
79111000
79112000
79140000
79223000
79342400
79342410
79510000
79511000
79994000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
Provision of Auctioneer Services for the London Region. The services will be utilised as a result of the taking control of assets under Legislation and Proceeds of Crime Act. The Lot included Removal, Collection, Storage, Transportation and Sale of
assets, property, equipment or materials for a variety of Buyers and volumes.
Services required under this lot included a more specialist service including but not exclusive to;
● High value motor vehicles;
● High value boats and yachts
● High value commercial or residential property
● Specialised machinery and Equipment (including plant);
● Computers and Accessories;
● Electrical Goods
● Goods that need a special licence or permit
● On-line only asset disposal
The Auctioneers Services also includes but not limited to:
-Returning the Customer’s Goods
-Sale - Auction Planning and Advertising
-Sale - Auction Salesroom Services
-Progress Reports
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70% Technical
Price
/ Weighting:
30%
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
II.2.14) Additional information
The framework has been established for 48 months.
A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 29.90
Lot No: Lot 9
II.2.1) Title
Lot 9 UK Auctioneers - South
II.2.2) Additional CPV code(s)
72212100
72212211
72212990
72220000
72225000
73120000
75000000
75100000
75110000
75130000
75131000
79100000
79110000
79111000
79112000
79140000
79223000
79342400
79342410
79510000
79511000
79994000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
Provision of Auctioneer Services for the South Region. The services will be utilised as a result of the taking control of assets under Legislation and Proceeds of Crime Act. The Lot included Removal, Collection, Storage, Transportation and Sale of
assets, property, equipment or materials for a variety of Buyers and volumes.
Services required under this lot included a more specialist service including but not exclusive to;
● High value motor vehicles;
● High value boats and yachts
● High value commercial or residential property
● Specialised machinery and Equipment (including plant);
● Computers and Accessories;
● Electrical Goods
● Goods that need a special licence or permit
● On-line only asset disposal
The Auctioneers Services also includes but not limited to:
-Returning the Customer’s Goods
-Sale - Auction Planning and Advertising
-Sale - Auction Salesroom Services
-Progress Reports
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70% Technical
Price
/ Weighting:
30%
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
II.2.14) Additional information
The framework has been established for 48 months.
A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 29.90
Lot No: Lot 10
II.2.1) Title
Lot 10 UK Auctioneers - Midlands
II.2.2) Additional CPV code(s)
48440000
66170000
66171000
71621000
72000000
72212100
72212211
72212400
72212440
72212441
72212442
72212443
72212460
72212461
72212462
72212480
72212482
72212610
72212730
72212731
72212732
72212900
72212990
72220000
72221000
72225000
72300000
72310000
72311000
72311100
72312000
72312100
72312200
72313000
72314000
72315000
72315100
72315200
72316000
72317000
72318000
72319000
72320000
72321000
72322000
72330000
73000000
73100000
73110000
73120000
73200000
73210000
73220000
73300000
75000000
75100000
75110000
75112000
75120000
75130000
75131000
75242110
79100000
79110000
79111000
79112000
79140000
79200000
79210000
79211000
79211100
79211200
79212000
79212100
79212200
79212400
79223000
79311400
79313000
79330000
79342400
79342410
79400000
79410000
79411000
79412000
79500000
79510000
79511000
79512000
79570000
79571000
79620000
79621000
79700000
79720000
79721000
79940000
79994000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
Provision of Auctioneer Services for the Midlands Region. The services will be utilised as a result of the taking control of assets under Legislation and Proceeds of Crime Act. The Lot included Removal, Collection, Storage, Transportation and Sale of
assets, property, equipment or materials for a variety of Buyers and volumes.
Services required under this lot included a more specialist service including but not exclusive to;
● High value motor vehicles;
● High value boats and yachts
● High value commercial or residential property
● Specialised machinery and Equipment (including plant);
● Computers and Accessories;
● Electrical Goods
● Goods that need a special licence or permit
● On-line only asset disposal
The Auctioneers Services also includes but not limited to:
-Returning the Customer’s Goods
-Sale - Auction Planning and Advertising
-Sale - Auction Salesroom Services
-Progress Reports
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70% Technical
Price
/ Weighting:
30%
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
II.2.14) Additional information
The framework has been established for 48 months.
A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 29.90
Lot No: Lot 11
II.2.1) Title
Lot 11 UK Auctioneers - North
II.2.2) Additional CPV code(s)
48440000
66170000
66171000
71621000
72000000
72212100
72212211
72212400
72212440
72212441
72212442
72212443
72212460
72212461
72212462
72212480
72212482
72212610
72212730
72212731
72212732
72212900
72212990
72220000
72221000
72225000
72300000
72310000
72311000
72311100
72312000
72312100
72312200
72313000
72314000
72315000
72315100
72315200
72316000
72317000
72318000
72319000
72320000
72321000
72322000
72330000
73000000
73100000
73110000
73120000
73200000
73210000
73220000
73300000
75000000
75100000
75110000
75112000
75120000
75130000
75131000
75242110
79100000
79110000
79111000
79112000
79140000
79200000
79210000
79211000
79211100
79211200
79212000
79212100
79212200
79212400
79223000
79311400
79313000
79330000
79342400
79342410
79400000
79410000
79411000
79412000
79500000
79510000
79511000
79512000
79570000
79571000
79620000
79621000
79700000
79720000
79721000
79940000
79994000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
Provision of Auctioneer Services for the North Region. The services will be utilised as a result of the taking control of assets under Legislation and Proceeds of Crime Act. The Lot included Removal, Collection, Storage, Transportation and Sale of
assets, property, equipment or materials for a variety of Buyers and volumes.
Services required under this lot included a more specialist service including but not exclusive to;
● High value motor vehicles;
● High value boats and yachts
● High value commercial or residential property
● Specialised machinery and Equipment (including plant);
● Computers and Accessories;
● Electrical Goods
● Goods that need a special licence or permit
● On-line only asset disposal
The Auctioneers Services also includes but not limited to:
-Returning the Customer’s Goods
-Sale - Auction Planning and Advertising
-Sale - Auction Salesroom Services
-Progress Reports
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70% Technical
Price
/ Weighting:
30%
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
II.2.14) Additional information
The framework has been established for 48 months.
A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 29.90
Lot No: Lot 12
II.2.1) Title
Lot 12 UK Auctioneers - Wales
II.2.2) Additional CPV code(s)
48440000
66170000
66171000
71621000
72000000
72212100
72212211
72212400
72212440
72212441
72212442
72212443
72212460
72212461
72212462
72212480
72212482
72212610
72212730
72212731
72212732
72212900
72212990
72220000
72221000
72225000
72300000
72310000
72311000
72311100
72312000
72312100
72312200
72313000
72314000
72315000
72315100
72315200
72316000
72317000
72318000
72319000
72320000
72321000
72322000
72330000
73000000
73100000
73110000
73120000
73200000
73210000
73220000
73300000
75000000
75100000
75110000
75112000
75120000
75130000
75131000
75242110
79100000
79110000
79111000
79112000
79140000
79200000
79210000
79211000
79211100
79211200
79212000
79212100
79212200
79212400
79223000
79311400
79313000
79330000
79342400
79342410
79400000
79410000
79411000
79412000
79500000
79510000
79511000
79512000
79570000
79571000
79620000
79621000
79700000
79720000
79721000
79940000
79994000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
Provision of Auctioneer Services for the Wales Region. The services will be utilised as a result of the taking control of assets under Legislation and Proceeds of Crime Act. The Lot included Removal, Collection, Storage, Transportation and Sale of
assets, property, equipment or materials for a variety of Buyers and volumes.
Services required under this lot included a more specialist service including but not exclusive to;
● High value motor vehicles;
● High value boats and yachts
● High value commercial or residential property
● Specialised machinery and Equipment (including plant);
● Computers and Accessories;
● Electrical Goods
● Goods that need a special licence or permit
● On-line only asset disposal
The Auctioneers Services also includes but not limited to:
-Returning the Customer’s Goods
-Sale - Auction Planning and Advertising
-Sale - Auction Salesroom Services
-Progress Reports
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70% Technical
Price
/ Weighting:
30%
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
II.2.14) Additional information
The framework has been established for 48 months.
A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 29.90
Lot No: Lot 13
II.2.1) Title
Lot 13 UK Auctioneers - Northern Ireland
II.2.2) Additional CPV code(s)
48440000
66170000
66171000
71621000
72000000
72212100
72212211
72212400
72212440
72212441
72212442
72212443
72212460
72212461
72212462
72212480
72212482
72212610
72212730
72212731
72212732
72212900
72212990
72220000
72221000
72225000
72300000
72310000
72311000
72311100
72312000
72312100
72312200
72313000
72314000
72315000
72315100
72315200
72316000
72317000
72318000
72319000
72320000
72321000
72322000
72330000
73000000
73100000
73110000
73120000
73200000
73210000
73220000
73300000
75000000
75100000
75110000
75112000
75120000
75130000
75131000
75242110
79100000
79110000
79111000
79112000
79140000
79200000
79210000
79211000
79211100
79211200
79212000
79212100
79212200
79212400
79223000
79311400
79313000
79330000
79342400
79342410
79400000
79410000
79411000
79412000
79500000
79510000
79511000
79512000
79570000
79571000
79620000
79621000
79700000
79720000
79721000
79940000
79994000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
Provision of Auctioneer Services for the Northern Ireland Region. The services will be utilised as a result of the taking control of assets under Legislation and Proceeds of Crime Act. The Lot included Removal, Collection, Storage, Transportation and Sale of
assets, property, equipment or materials for a variety of Buyers and volumes.
Services required under this lot included a more specialist service including but not exclusive to;
● High value motor vehicles;
● High value boats and yachts
● High value commercial or residential property
● Specialised machinery and Equipment (including plant);
● Computers and Accessories;
● Electrical Goods
● Goods that need a special licence or permit
● On-line only asset disposal
The Auctioneers Services also includes but not limited to:
-Returning the Customer’s Goods
-Sale - Auction Planning and Advertising
-Sale - Auction Salesroom Services
-Progress Reports
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70% Technical
Price
/ Weighting:
30%
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
II.2.14) Additional information
The framework has been established for 48 months.
A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 29.90
Lot No: Lot 14
II.2.1) Title
Lot 14 Process Servers
II.2.2) Additional CPV code(s)
48440000
66170000
66171000
71621000
72000000
72212100
72212211
72212400
72212440
72212441
72212442
72212443
72212460
72212461
72212462
72212480
72212482
72212610
72212730
72212731
72212732
72212900
72212990
72220000
72221000
72225000
72300000
72310000
72311000
72311100
72312000
72312100
72312200
72313000
72314000
72315000
72315100
72315200
72316000
72317000
72318000
72319000
72320000
72321000
72322000
72330000
73000000
73100000
73110000
73120000
73200000
73210000
73220000
73300000
75000000
75100000
75110000
75112000
75120000
75130000
75131000
75242110
79100000
79110000
79111000
79112000
79140000
79200000
79210000
79211000
79211100
79211200
79212000
79212100
79212200
79212400
79223000
79311400
79313000
79330000
79342400
79342410
79400000
79410000
79411000
79412000
79500000
79510000
79511000
79512000
79570000
79571000
79620000
79621000
79700000
79720000
79721000
79940000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
Provision of Process Server Services where Suppliers are required to serve a variety of documents on individuals and businesses throughout England and Wales.
The documents to be served included:
A. Statutory Demands – the Supplier shall serve on individuals and partnerships
B. Bankruptcy petitions may be filed in the High/County Court when a statutory demand is unpaid and the Supplier then shall also serve this on the individual if directed by the Buyer
C. Winding Up Petitions (Partnerships) - when a Statutory Demand is unpaid, the Supplier shall serve on partnerships if directed by the Buyer.
D. Winding Up Petitions (Companies) When a formal demand letter has been posted and remains unpaid, the Supplier shall serve a Winding Up Petition on a company if directed by the Buyer
This Lot requires Suppliers who shall provide the premises, equipment and resources for the provision of the service which also included a Tracing service.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70% Technical
Price
/ Weighting:
30%
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
II.2.14) Additional information
The framework has been established for 48 months.
A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 29.90
Lot No: Lot 15
II.2.1) Title
Lot 15 Spend Analytics and Recovery Services
II.2.2) Additional CPV code(s)
48440000
66170000
66171000
71621000
72000000
72212100
72212211
72212400
72212440
72212441
72212442
72212443
72212460
72212461
72212462
72212480
72212482
72212610
72212730
72212731
72212732
72212900
72212990
72220000
72221000
72225000
72300000
72310000
72311000
72311100
72312000
72312100
72312200
72313000
72314000
72315000
72315100
72315200
72316000
72317000
72318000
72319000
72320000
72321000
72322000
72330000
73000000
73100000
73110000
73120000
73200000
73210000
73220000
73300000
75000000
75100000
75110000
75112000
75120000
75130000
75131000
79100000
79110000
79111000
79112000
79140000
79200000
79210000
79211000
79211100
79211200
79212000
79212100
79212200
79212400
79223000
79311400
79313000
79330000
79342400
79342410
79400000
79410000
79411000
79412000
79500000
79510000
79511000
79512000
79570000
79571000
79620000
79621000
79700000
79720000
79721000
79940000
79994000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
Provision of Spend Analytics and Recovery Services. Suppliers are required to perform a historical analysis of the Buyer’s accounts payable transaction data and systems, Other Service Provider (OSP) invoices, credit notes and payments in order to identify, investigate, report and recover any sums that have been overpaid to the Buyer’s OSPs, or HMRC in respect of overpaid or underpaid VAT.
Lot 15 specifically relates to Accounts Payable Review services which included:
A. Statement Review: provision of review and comparison of ledgers and trading accounts to identify, report and recover any unallocated amounts, credit notes or other credit balances due back to the OSP.
B. Duplicates and Payment Error Review: provision of a review of historic OSP invoices and payments to identify, report and recover any instances of payment errors through the incorrect or erroneous processing of invoices and the subsequent payments made.
C. VAT Error Review: provision of analysis of accounts payable data, transactions and the OSP invoices to identify any instances where VAT has been incorrectly input into the Buyers Accounts Payable system.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70% Technical
Price
/ Weighting:
30%
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
II.2.14) Additional information
The framework has been established for 48 months.
A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 35.00
Lot No: Lot 16
II.2.1) Title
Lot 16 SARS General Compliance Review
II.2.2) Additional CPV code(s)
48440000
66170000
66171000
71621000
72000000
72212400
72212440
72212441
72212442
72212443
72212460
72212461
72212462
72212480
72212482
72212610
72212730
72212731
72220000
72221000
72300000
72310000
72311000
72311100
72312000
72312100
72318000
72319000
72320000
72321000
72322000
72330000
73000000
73100000
73110000
73120000
73200000
73210000
73220000
73300000
75000000
75100000
75110000
75112000
75120000
75130000
75131000
79110000
79111000
79112000
79140000
79200000
79210000
79211000
79211100
79211200
79212000
79212100
79212200
79212400
79311400
79313000
79330000
79400000
79410000
79411000
79412000
79500000
79700000
79720000
79721000
79940000
79994000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
Provision SARS General Provision Review. Suppliers will be required to perform a historical analysis of the Buyer’s accounts payable transaction data and systems, Other Service Provider (OSP) invoices, credit notes and payments in order to identify, investigate, report and recover any sums that have been overpaid to the Buyer’s OSPs, or HMRC in respect of overpaid or underpaid VAT.
Suppliers on this Lot will specifically provide Contract Compliance General Reviews of contracts and related data held by the Buyer with its OSPs for the supply of goods and services. The review shall identify, investigate, report and recover any overpayments or under-recovered balances due to The Buyer because of OSP non-compliance or failure to implement the full benefit of negotiated agreements, including but not limited to; Pricing, Discounts, Volume and/or Value related bonuses
and Service Credits.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70% Technical
Price
/ Weighting:
30%
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
II.2.14) Additional information
The framework has been established for 48 months.
A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 44.60
Lot No: Lot 17
II.2.1) Title
Lot 17 Utilities Spend Recovery Review
II.2.2) Additional CPV code(s)
48440000
66170000
66171000
71621000
72000000
72212100
72212211
72212400
72212440
72212441
72212442
72212443
72212460
72212461
72212462
72212480
72212482
72212610
72212730
72212731
72212732
72212900
72212990
72220000
72221000
72225000
72300000
72310000
72311000
72311100
72312000
72312100
72312200
72313000
72314000
72315000
72315100
72315200
72316000
72317000
72318000
72319000
72320000
72321000
72322000
72330000
73000000
73100000
73110000
73120000
73200000
73210000
73220000
73300000
75000000
75100000
75110000
75112000
75120000
75130000
75131000
79100000
79110000
79111000
79112000
79140000
79200000
79210000
79211000
79211200
79212000
79212100
79212200
79212400
79223000
79311400
79313000
79330000
79342400
79342410
79400000
79410000
79411000
79412000
79500000
79510000
79511000
79512000
79570000
79571000
79620000
79621000
79700000
79720000
79721000
79940000
79994000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
Provision SARS Utilities Spend Recovery Review. Suppliers were required to perform a historical analysis of the Buyer’s accounts payable transaction data and systems, Other Service Provider (OSP) invoices, credit notes and payments in order to identify, investigate, report and recover any sums that have been overpaid to the Buyer’s OSPs, or HMRC in respect of overpaid or underpaid VAT.
The review included, but not limited to the Analysis of;
● Tariff Analysis
● Distribution Charges
● Transmission Charges
● Metering Charges
● VAT
● Climate Change Levy
● Environmental Costs
● Capacity Charges
● Data Collection Charges
● Water Drainage Charges
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70% Technical
Price
/ Weighting:
30%
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
II.2.14) Additional information
The framework has been established for 48 months.
A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 44.60
Lot No: Lot18
II.2.1) Title
Lot 18 Telecommunications Spend Recovery Review
II.2.2) Additional CPV code(s)
48440000
66170000
66171000
71621000
72000000
72212100
72212211
72212400
72212440
72212441
72212442
72212443
72212460
72212461
72212462
72212480
72212482
72212610
72212730
72212731
72212732
72212900
72212990
72220000
72221000
72225000
72300000
72310000
72311000
72311100
72312000
72312100
72312200
72313000
72314000
72315000
72315100
72315200
72316000
72317000
72318000
72319000
72320000
72321000
72322000
72330000
73000000
73100000
73110000
73120000
73200000
73210000
73220000
73300000
75000000
75100000
75110000
75112000
75120000
75130000
75131000
79100000
79110000
79111000
79112000
79140000
79200000
79210000
79211000
79211100
79211200
79212000
79212100
79212200
79212400
79223000
79311400
79313000
79330000
79342400
79342410
79400000
79410000
79411000
79412000
79500000
79510000
79511000
79512000
79570000
79571000
79620000
79621000
79700000
79720000
79721000
79940000
79994000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
Provision SARS Telecommunications Spend Recovery Review. Suppliers were required to perform a historical analysis of the Buyer’s accounts payable transaction data and systems, Other Service Provider (OSP) invoices, credit notes and payments in order to identify, investigate, report and recover any sums that have been overpaid to the Buyer’s OSPs, or HMRC in respect of overpaid or underpaid VAT.
The review included, but not limited to the analysis of;
● Public Switch Telephone Network (PSTN) lines
● Call Plans
● Multi-Protocol Label Switching (MPLS) / Ethernet
● Leased Line Services
● Maintenance Charges
● Mobile Voice/Data charges
● Other areas of overcharging, such as incorrect VAT classification and input, redundant or nonexistent services, bill calculation errors, duplicated bills, unclaimed credits and unallocated amounts relating to the supply of Fixed Line and Mobile Telecoms
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70% Technical
Price
/ Weighting:
30%
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
II.2.14) Additional information
The framework has been established for 48 months.
A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 44.60
Lot No: Lot 19
II.2.1) Title
Lot 19 Specialist VAT Review
II.2.2) Additional CPV code(s)
48440000
66170000
66171000
71621000
72000000
72212100
72212211
72212400
72212440
72212441
72212442
72212443
72212460
72212461
72212462
72212480
72212482
72212610
72212730
72212731
72212732
72212900
72212990
72220000
72221000
72225000
72300000
72310000
72311000
72311100
72312000
72312100
72312200
72313000
72314000
72315000
72315100
72315200
72316000
72317000
72318000
72319000
72320000
72321000
72322000
72330000
73000000
73100000
73110000
73120000
73200000
73210000
73220000
73300000
75000000
75100000
75110000
75112000
75120000
75130000
75131000
79100000
79110000
79111000
79112000
79140000
79200000
79210000
79211000
79211100
79211200
79212000
79212100
79212200
79212400
79223000
79311400
79313000
79330000
79342400
79342410
79400000
79410000
79411000
79412000
79500000
79510000
79511000
79512000
79570000
79571000
79620000
79621000
79700000
79720000
79721000
79940000
79994000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
Provision SARS Specialist VAT Review. Suppliers were required to perform a historical analysis of the Buyer’s accounts payable transaction data and systems, Other Service Provider (OSP) invoices, credit notes and payments in order to identify, investigate, report and recover any sums that have been overpaid to the Buyer’s OSPs, or HMRC in respect of overpaid or underpaid VAT.
The review included, but not limited to the analysis of;
● Input and Output VAT
● VAT Rates
● Exemption Calculations
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70% Technical
Price
/ Weighting:
30%
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
II.2.14) Additional information
The framework has been established for 48 months.
A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score of 44.60
Lot No: Lot 20
II.2.1) Title
Lot 20 Managed Enforcement Services
II.2.2) Additional CPV code(s)
48440000
66170000
66171000
71621000
72000000
72212100
72212211
72212400
72212440
72212441
72212442
72212443
72212460
72212461
72212462
72212480
72212482
72212610
72212730
72212731
72212732
72212900
72212990
72220000
72221000
72225000
72300000
72310000
72311000
72311100
72312000
72312100
72312200
72313000
72314000
72315000
72315100
72315200
72316000
72317000
72318000
72319000
72320000
72321000
72322000
72330000
73000000
73100000
73110000
73120000
73200000
73220000
73300000
75000000
75100000
75110000
75112000
75120000
75130000
75131000
75242110
79100000
79110000
79111000
79112000
79140000
79200000
79210000
79211000
79211100
79211200
79212000
79212100
79212200
79212400
79223000
79311400
79313000
79330000
79342400
79342410
79400000
79410000
79411000
79412000
79500000
79510000
79511000
79512000
79570000
79571000
79620000
79621000
79700000
79720000
79721000
79940000
79994000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
United Kingdom
II.2.4) Description of the procurement
Provision of Managed Enforcement Services. This Lot will provide a managed service of any EA
Subcontractors to ensure; all aspects of The Service are delivered securely and to time and quality
requirements, and in line with the Standards.
The Enforcement action requirements includes but not limited to;
a. Visits
b. Immobilising Vehicles and Taking Control of Goods
c. Sale of Goods
d. Information Sharing and Targeted Enforcement
Further details can be found in Schedule 1 - Annex I - Spend Managed Enforcement Services - Lot 20
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70% Technical
Price
/ Weighting:
30%
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
II.2.14) Additional information
The framework has been established for 48 months.
A Framework Contract was awarded to all bidders who achieved, or exceeded, a Final Score minimum quality score of 29.90
Lot No: 1
II.2.1) Title
Lot1 Managed Debt Collection Services
II.2.2) Additional CPV code(s)
48440000
66170000
66171000
71621000
72000000
72212100
72212211
72212400
72212440
72212441
72212442
72212443
72212460
72212461
72212462
72212480
72212482
72212610
72212730
72212731
72212732
72212900
72212990
72220000
72221000
72225000
72300000
72310000
72311000
72311100
72312000
72312100
72312200
72313000
72314000
72315000
72315100
72315200
72316000
72317000
72318000
72319000
72320000
72321000
72322000
72330000
73000000
73100000
73110000
73120000
73200000
73210000
73220000
73300000
75000000
75100000
75110000
75112000
75120000
75130000
75131000
79100000
79110000
79111000
79112000
79140000
79200000
79210000
79211000
79211100
79211200
79212000
79212100
79212200
79212400
79223000
79311400
79313000
79330000
79342400
79342410
79400000
79410000
79411000
79412000
79500000
79510000
79511000
79512000
79570000
79571000
79620000
79621000
79700000
79720000
79721000
79940000
79994000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The provision of Managed Collection Services. Suppliers were required to provide a managed service of DCA Subcontractors to ensure all aspects of the Service Specification are delivered securely and to time and quality requirements, as well as in line with the Standards specified in the Framework Contract. Supplier’s receiving all cases from Buyers will distribute them to DCA Subcontractors.
Suppliers have provided a case management system and will add value to debt collection services through the effective use of data and analytics, and maintaining effective supplier, contract, and relationship management. Suppliers will deliver all the mandatory requirements as detailed in Framework Schedule 1 Specification.
CCS has awarded a Framework Contract to two (2) suppliers.
This competition resulted in the award of this Lot 1 Framework Contract by CCS, and a Lot 1 CallOff Contract by HMRC as detailed in the ITT documents.
HMRC seeks to award its Call-Off Contract for Lot 1 (Managed Collection Services) to the highest ranking supplier awarded a Framework Contract for Lot 1 (Managed Collection Services).
The award of HMRC’s Lot 1 Call-Off Contract cannot be made unless and until the Lot 1 Framework Contract has been executed and the Conditions Precedent, set out in the Framework Contract and HMRC’s Call-Off Contract, have been complied with by the Supplier.
All Lot 1 Bidders acknowledged and accepted that in submitting a tender for CCS’ Lot 1 Framework Contract and HMRC’s Lot 1 Call-Off Contract, that CCS must first award and execute the Framework Contracts before HMRC’s Call-Off Contract HMRC’s Lot 1 Call-Off Contract may be awarded and executed, under and in accordance with Framework Schedule 7 (Call-Off Award Procedure). All Lot 1 Bidders therefore agreec that their tenders for HMRC’s Lot 1 Call-Off Contract shall remain open for acceptance by HMRC until 90 days after the execution of the Lot 1 Framework Contracts by CCS and the Supplier.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 45%
Price
/ Weighting:
55
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
The contract has been awarded to a group of economic operators:
No
The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.
As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/7df186f2-8728-4aea-a789-10ffda5a3b63
On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This
link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.