Section one: Contracting authority
one.1) Name and addresses
Crown Prosecution Service
102 Petty France
London
SW1H 9EA
Contact
Crown Prosecution Service Commercial Team
Telephone
+44 0000000000
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://cps.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework Agreement for the Appointment of an Office Holder in Criminal Confiscation and Civil Recovery Cases
Reference number
PR 2022 112
two.1.2) Main CPV code
- 75131000 - Government services
two.1.3) Type of contract
Services
two.1.4) Short description
Framework Agreement for the Appointment of an Office Holder in Criminal Confiscation and Civil Recovery Cases
two.1.5) Estimated total value
Value excluding VAT: £12,070,615
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 66000000 - Financial and insurance services
- 66171000 - Financial consultancy services
- 75130000 - Supporting services for the government
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 79100000 - Legal services
- 79412000 - Financial management consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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/
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £12,070,615
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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
two.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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the procurement documents
three.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 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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 12
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-032653
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 July 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
11 July 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Crown Prosecution Service Commercial Team
102 Petty France
London
SW1H 9EA
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Crown Prosecution Service Commercial Team
102 Petty France
London
SW1H 9EA
Country
United Kingdom