Contract notice
Section I: Contracting
authority
I.1) Name and addresses
CPS
2 Southwark Bridge Road
London
SE1 9HS
UK
Telephone: +44 2033571799
E-mail: DPU@cps.gov.uk
NUTS: UK
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:
https://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
The Provision of the Appointment of Receivers and Trustees (Proceeds of Crime)
Reference number: PR 01 2018
II.1.2) Main CPV code
79100000
II.1.3) Type of contract
Services
II.1.4) Short description
The CPS in conjunction with the Serious Fraud Office (SFO), the National Crime Agency (NCA) and The Public Prosecution Service for Northern Ireland (PPSNI) invites applications to join a panel of Office-holders who will act on a range of confiscation and civil recovery related matters across England, Wales and Northern Ireland.
Office-holders will be drawn from the panel on a case-by-case basis, will be appointed by the High Court or the Crown Court (depending on the legislative scheme covering the case) upon the application of the CPS. Professionally qualified, they must have significant investigative, asset management and enforcement experience. Applicants should note that the court will need to be satisfied as to the suitability of any person put forward for appointment as an Office-holder and a person who has not acted in this capacity on previous occasions, may be required to give evidence of the fitness for appointment.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
II.2) Description
Lot No: 1
II.2.1) Title
Investigative (Civil Recovery Interim Receiver)
II.2.2) Additional CPV code(s)
79100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
As outlined in the 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.2.6) Estimated value
Value excluding VAT:
500 000.00
GBP
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:
One 12 month extension period.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Objective criteria for choosing the limited number of candidates:
As outlined in procurement documents.
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
Lot No: 2
II.2.1) Title
Management — (Civil Recover Management Receivers and Criminal Confiscation Management)
II.2.2) Additional CPV code(s)
79100000
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.2.6) Estimated value
Value excluding VAT:
100 000.00
GBP
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 is one 12 month extension option period.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Objective criteria for choosing the limited number of candidates:
As outlined in the procurement documents.
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
Lot No: 3
II.2.1) Title
Lot 3 — Enforcement (Trustee for Civil Recovery, NCA Receiver and Enforcement Receiver)
II.2.2) Additional CPV code(s)
79100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
As outlined in the 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.2.6) Estimated value
Value excluding VAT:
1 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
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 procurement documents.
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: 9
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:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/04/2018
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 at DPU@cps.gov.uk for access to this project.
Please note due to the nature of this requirement SC level security clearance must be held.
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
13/03/2018