Section one: Contracting authority
one.1) Name and addresses
The Mayor and Commonalty and Citizens of the City of London
City of London Corporation, Guildhall, PO Box 270
London
EC2P 2EJ
Contact
+44 2073321420
Chris.mulhall@cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
https://www.cityoflondon.gov.uk
Buyer's address
https://www.capitalesourcing.com
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Proceeds of Crime - Asset Realisation Service for City of London Police
Reference number
proj_COL_17043
two.1.2) Main CPV code
- 79342000 - Marketing services
two.1.3) Type of contract
Services
two.1.4) Short description
**PLEASE NOTE** This is an Award Notice and the opportunity is now closed.
The City of London Corporation (The City) undertook a 1 stage procurement process in relation to a single provider Framework Agreement for an Asset Realisation Service for the City of London Police (the 'Service')
Further information for this opportunity can be found in II.2.4) Description of the procurement field (of this notice).
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,284,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
**PLEASE NOTE** This is an Award Notice and the opportunity is now closed.
City of London Police invited tenders to set up a single provider framework for the disposal of surplus assets through sale at Public Auction.
The service is intended to cover assets seized or obtained pursuant to Confiscation Orders issued by the Court under the Proceeds of Crime Act (POCA) 2002, Police and Criminal Evidence Act 1984, Drug Trafficking Act 1994 and Criminal Justice Act 1988 or such amended legislation as from time to time in force.
All items offered for sale under the agreement will be legitimate pre-purchased goods. The proceeds from confiscation orders will go back into the public purse to fund future prosecutions and benefit the community, with the Contractor maximising the return on the items sold.
The goods offered for sale are expected to fall under the following areas, although it should be noted this list is not exhaustive and the Contractor may be asked to deal with the sales of other types of property CoLP have permission to sell.
• Cars, motorcycles, bicycles, miscellaneous vehicles and personal registrations (vehicle number plates)
• Jewellery, fine art, antiques and memorabilia
• Personal property, other miscellaneous property (items such as designer clothing and accessories, electronic equipment, televisions, music systems,
games, computers, sports equipment and furniture)
The duration of the contract is two (2) years, with the option to extend for a further two (2) years on a year-by-year basis.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60%
Cost criterion - Name: Price / Weighting: 40%
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-022604
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 January 2022
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
John Pye & Sons Limited
James Shipstone House, Radford Road
Nottingham
NG7 7EA
Country
United Kingdom
NUTS code
- UKF14 - Nottingham
National registration number
02564753
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,284,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the court has the options to award damages and/or to shorten or order the contract ineffective.
six.4.4) Service from which information about the review procedure may be obtained
High Court, Royal Courts of Justice
Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom