II.2.2) Additional CPV code(s)
66000000
66171000
75130000
79000000
79100000
79412000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Framework Agreement for the Appointment of an Office Holder in Criminal Confiscation and Civil Recovery Cases.
The Crown Prosecution Service (CPS) is seeking to procure a service for the appointment of an Office Holder in Criminal Confiscation and Civil Recovery Cases. The CPS (or other body as applicable) would apply to the court for the appointment of Receivers and Trustees under the Proceeds of Crime Act 2002 (for criminal confiscation and civil recovery casework) and the legislation that preceded the Proceeds of Crime Act 2002 (for criminal confiscation casework). The requirement is for a Framework Agreement to be put in place as the mechanism by which the CPS and other bodies will select an Office Holder to be put forward to the court for appointment.
The Office Holder will be appointed as a Receiver or Trustee either to manage assets or to take possession of and realise assets to pay a Confiscation Order in Criminal Confiscation Cases and to investigate the origins of assets, manage assets or to take possession of and realise assets subject to Civil Recovery Orders in Civil Recovery Cases.
The CPS has a specialist division dedicated to asset recovery – CPS Proceeds of Crime Division (CPS POCD). Proceeds of crime is the term given to money or assets gained by criminals during the course of their criminal activity. The authorities, including the CPS, have powers to seek to confiscate these assets so that crime doesn’t pay. By taking out the profits that fund crime, we can help disrupt the cycle and prevent further offences. CPS POCD is a national service dedicated to asset recovery work. CPS POCD works with law enforcement agencies including the police, the National Crime Agency (NCA), His Majesty’s Revenue & Customs and the Department for Work & Pensions (DWP), as well as Regional Asset Recovery Teams (multi-agency), Asset Confiscation Enforcement teams (police, DWP & NCA), HM Courts & Tribunal Service and the Home Office.
An existing Framework Agreement is in place for the current provision of this service, which is used by CPS, the NCA, the Public Prosecution Service Northern Ireland (PPSNI) and the Serious Fraud Office (SFO). The existing Framework Agreement is due to expire and CPS are looking to replace it under this procurement procedure.
This replacement Framework Agreement can be used by: an enforcement authority (as defined in section 316 (1) of the Proceeds of Crime Act 2002) or a prosecuting authority in England, Wales or Northern Ireland, or any government department, executive agency of a government department, Non-departmental Public Body, local authority or NHS Body.
The following types of Receiver/Trustee are in scope:
Criminal:
i. Management Receivers
ii. Enforcement Receivers
iii. NCA Receivers
Civil:
i. Interim Receivers
ii. Receiver in Connection with an Interim Freezing Order
iii. Receivers in Connection with Property Freezing Orders
iv. Receivers in Connection with Prohibition Orders
v. Trustees for Civil Recovery
The scope of work will include both domestic and incoming international asset recovery cases. It is desirable that Office Holders demonstrate digital capability, including the ability to manage and store digital assets, such as cryptocurrency, either in-house or via access to externally instructed capability due to the increase in cybercrime.
Receivers and Trustees are remunerated from the sums that they realise from the sale of the assets over which they are appointed. The CPS (and other bodies) do not offer indemnities and therefore if no assets are realised there is no scope for remuneration.
Please see procurement documents, specifically Schedule 1 to the Framework Agreement terms and conditions, for a detailed specification of each type of Office Holder.
To take part in this procurement please visit the CPS e-sourcing portal: https://cps.bravosolution.co.uk/
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:
12 070 615.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
II.2.14) Additional information
The estimated value has been stated as £12,070,615 (ex VAT). This figure is based on a 'reasonable worst case scenario' of the value of work which could be placed as Call-Offs under the Framework Agreement. Please note that a 'most likely' value is £4,741,520 (ex VAT).