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

Debt Collection & Enforcement Services (DCES)

  • First published: 10 November 2023
  • Last modified: 10 November 2023

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)

Contents

Summary

OCID:
ocds-h6vhtk-034824
Published by:
Ministry of Justice
Authority ID:
AA25231
Publication date:
10 November 2023
Deadline date:
19 December 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This procurement is for the delivery of Crown Court Means Testing (CCMT) - Debt Collection and Enforcement Services (DCES) for the Legal Aid Agency (LAA). The Supplier will be required to provide national debt collection and enforcement services in relation to monies owed by means tested defendants who are in receipt of legal aid in respect of a case to be heard, or a case that has been heard and resulted in a conviction, in the Crown Court. The Services covers all Crown Courts in England and Wales. The Supplier will be responsible for the collection and enforcement of Legal Aid Contributions which requires case management, collection, enforcement and refund of monies where appropriate. The Supplier must keep individuals fully engaged throughout the lifetime of the debt.

LEGAL AID MEANS TEST REVIEW - Current estimates suggest that Crown Court Means Testing policy changes resulting from the Legal Aid Means Test Review consultation are likely to be implemented during the life of this Contract. The Authority reserves the right to change the requirements under this Contract, especially in respect of the thresholds and provisions for calculating the contributions as well as the forecasted volumes of work and administrative costs, to reflect the outcomes of the Legal Aid Means Test Review (MTR). The Supplier will be required to implement changes to its digital systems and processes in accordance with the outcomes of the Legal Aid Means Test Review (each such Change being an MTR Change). Further information is provided in the Invitation to Tender documentation.

This requirement is being competed under the Open Procedure. Please note that this is not a call for Expressions of Interest and potential suppliers are therefore required to submit their full tender in accordance with the instructions in the Invitation to Tender (ITT) Instructions for Bidders document.

The Cabinet Office has introduced mandatory requirements relating to data handling, security, and information assurance in Government contracts. Information, systems, equipment and processes must be protected and Government suppliers must provide an appropriate level of security. Please note that it is a mandatory requirement that suppliers must hold Cyber Essentials Plus certification.

The original contract duration will be 48 months with a potential to extend for a maximum of a further 24 months.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Ministry of Justice

5 Wellington Place

Leeds

LS1 4AP

UK

Telephone: +44 02033343555

E-mail: joanne.shakespeare@justice.gov.uk

NUTS: UK

Internet address(es)

Main address: www.gov.uk

I.3) Communication

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

https://ministryofjusticecommercial.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://ministryofjusticecommercial.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://ministryofjusticecommercial.bravosolution.co.uk


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

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Debt Collection & Enforcement Services (DCES)

Reference number: itt_8084

II.1.2) Main CPV code

75231100

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Supplier will be required to provide national debt collection and enforcement services in relation to monies owed by means tested defendants who are in receipt of legal aid in respect of a case to be heard, or a case that has been heard and resulted in a conviction, in the Crown Court. The Services covers all Crown Courts in England and Wales.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

75242110

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

The Services cover all Crown Courts in England and Wales.

II.2.4) Description of the procurement

This procurement is for the delivery of Crown Court Means Testing (CCMT) - Debt Collection and Enforcement Services (DCES) for the Legal Aid Agency (LAA). The Supplier will be required to provide national debt collection and enforcement services in relation to monies owed by means tested defendants who are in receipt of legal aid in respect of a case to be heard, or a case that has been heard and resulted in a conviction, in the Crown Court. The Services covers all Crown Courts in England and Wales. The Supplier will be responsible for the collection and enforcement of Legal Aid Contributions which requires case management, collection, enforcement and refund of monies where appropriate. The Supplier must keep individuals fully engaged throughout the lifetime of the debt.

LEGAL AID MEANS TEST REVIEW - Current estimates suggest that Crown Court Means Testing policy changes resulting from the Legal Aid Means Test Review consultation are likely to be implemented during the life of this Contract. The Authority reserves the right to change the requirements under this Contract, especially in respect of the thresholds and provisions for calculating the contributions as well as the forecasted volumes of work and administrative costs, to reflect the outcomes of the Legal Aid Means Test Review (MTR). The Supplier will be required to implement changes to its digital systems and processes in accordance with the outcomes of the Legal Aid Means Test Review (each such Change being an MTR Change). Further information is provided in the Invitation to Tender documentation.

This requirement is being competed under the Open Procedure. Please note that this is not a call for Expressions of Interest and potential suppliers are therefore required to submit their full tender in accordance with the instructions in the Invitation to Tender (ITT) Instructions for Bidders document.

The Cabinet Office has introduced mandatory requirements relating to data handling, security, and information assurance in Government contracts. Information, systems, equipment and processes must be protected and Government suppliers must provide an appropriate level of security. Please note that it is a mandatory requirement that suppliers must hold Cyber Essentials Plus certification.

The original contract duration will be 48 months with a potential to extend for a maximum of a further 24 months.

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: 14 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72

This contract is subject to renewal: Yes

Description of renewals:

The original contract duration will be 48 months with a potential to extend for a maximum of a further 24 months.

The estimated value given above includes the optional renewal period.

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

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:

Full details and selection criteria as stated in the 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

III.2.2) Contract performance conditions

Details as stated in the procurement documents

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-016767

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

Date: 19/12/2023

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: 19/12/2023

Local time: 12:00

Place:

via Ministry of Justice eSourcing System

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

1. REGISTRATION

The Ministry of Justice will be performing events through its e-Sourcing Portal. The eSourcing Portal is an online application that allows all potential suppliers to create and submit their responses to any Requests for Information, Requests for Quotes or Requests for Proposals via the internet rather than in paper form (where they have been invited to respond). The eSourcing Portal will also be used by the Ministry of Justice to run Reverse Auctions.

2. TRANSPARENCY

HM Government requires that tender documentation issued by Government departments for contracts with a value exceeding £10,000 over the life of the contract are published online [https://www.contractfinder.businesslink,gov.uk] for the general public. The resulting contract shall also be published.

The Ministry of Justice may use its discretion to redact information to protect key commercial interests or on prescribed grounds. Therefore, bidders who wish information not to be published if successful should secure agreement with the Ministry of Justice prior to submission. Only documentation relating to awarded contracts will be published.

Key commercial interests would be trade secrets and commercial interests which would be prejudiced by publication, following the tests in section 43 of the Freedom of Information Act 2000. http://www.justice.gov.uk/downloads/information-access-rights/foi/foi-s43-exemptions.pdf

The prescribed grounds for redaction are:

(a) national security

(b) personal data

(c) information protected by intellectual property law;

(d) information which it is not in the public interest to disclose (following the tests under the Freedom of Information Act 2000)

(e) third party confidential information

(f) IT security; or

(g) prevention of fraud

3. GOVERNMENT SECURITY CLASSIFICATION

From 2nd April 2014 the Government introduced its new Government Security Classifications (GSC) classification scheme to replace the current Government Protective Marking Scheme (GPMS). A key aspect of this is the reduction in the number of security classifications used. All potential suppliers should make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC:

https://www.gov.uk/government/publications/government-security-classifications

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

08/11/2023

Coding

Commodity categories

ID Title Parent category
75242110 Bailiff services Public law and order services
75231100 Law-courts-related administrative services Judicial 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:
joanne.shakespeare@justice.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.