Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Framework Agreement for the Appointment of an Office Holder in Criminal Confiscation and Civil Recovery Cases

  • First published: 31 May 2024
  • Last modified: 31 May 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0415c5
Published by:
Crown Prosecution Service
Authority ID:
AA29497
Publication date:
31 May 2024
Deadline date:
11 July 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Framework Agreement for the Appointment of an Office Holder in Criminal Confiscation and Civil Recovery Cases

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Crown Prosecution Service

102 Petty France

London

SW1H 9EA

UK

Contact person: Crown Prosecution Service Commercial Team

Telephone: +44 0000000000

E-mail: commercialinbox@cps.gov.uk

NUTS: UKI32

Internet address(es)

Main address: https://www.cps.gov.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge 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

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Framework Agreement for the Appointment of an Office Holder in Criminal Confiscation and Civil Recovery Cases

Reference number: PR 2022 112

II.1.2) Main CPV code

75131000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Framework Agreement for the Appointment of an Office Holder in Criminal Confiscation and Civil Recovery Cases

II.1.5) Estimated total value

Value excluding VAT: 12 070 615.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

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).

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:

Each of the Office Holders who will be delivering under the framework is required to be registered as a licenced insolvency practitioner, either with the Insolvency Practitioners Association or the Institute of Chartered Accountants in England and Wales or equivalent body.

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

III.2.2) Contract performance conditions

As stated in the procurement documents

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open 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: 12

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-032653

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 11/07/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 11/07/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Crown Prosecution Service Commercial Team

102 Petty France

London

SW1H 9EA

UK

VI.4.4) Service from which information about the review procedure may be obtained

Crown Prosecution Service Commercial Team

102 Petty France

London

SW1H 9EA

UK

VI.5) Date of dispatch of this notice

30/05/2024

Coding

Commodity categories

ID Title Parent category
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
66000000 Financial and insurance services Finance and Related Services
66171000 Financial consultancy services Financial consultancy, financial transaction processing and clearing-house services
79412000 Financial management consultancy services Business and management consultancy services
75131000 Government services Supporting services for the government
79100000 Legal services Business services: law, marketing, consulting, recruitment, printing and security
75130000 Supporting services for the government Administration services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
commercialinbox@cps.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.