Tender

Proceeds of Crime - Asset Realisation Service for City of London Police

  • The Mayor and Commonalty and Citizens of the City of London

F02: Contract notice

Notice identifier: 2021/S 000-022604

Procurement identifier (OCID): ocds-h6vhtk-02dfbb

Published 10 September 2021, 10:45pm



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

Email

Chris.mulhall@cityoflondon.gov.uk

Telephone

+44 2073321420

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.3) Communication

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

https://www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.capitalesourcing.com

Tenders or requests to participate must be submitted to the above-mentioned address

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

The City of London Corporation (The City) is undertaking 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.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

The procurement is being run as a one stage process, resembling the open procedure and its main features - which includes the core elements of the standard Selection Questionnaire (SQ). Any organisation that considers itself able to meet the requirements of the selection criteria within the Qualification Envelope is invited to submit a tender.

The requirements of the Service are set out in the procurement documents, particularly the Service Specification - available from: https://www.capitalesourcing.com

City of London Police are looking 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)

Organisations should note that the estimated value is based on the expected total gross sales value of £1,284,000 across the total 4 year period (or £321,000 per year). This is purely for indicative purposes, no guarantee is given or implied concerning the actual total gross sales that will be put through the service.

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. The Contract is intended to commence 1st December 2021 to 30th November 2023.

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: £1,284,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This will be upon expiry of the Contract and subject to internal approvals

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The duration of the contract will be for twenty four (24) months, with the option to extend for up to a further twenty four (24) month period

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


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 a single operator

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: 2020/S 098-236137

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

Date

14 October 2021

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

14 October 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This tendering exercise is being undertaken using the electronic tendering system 'CapitaleSourcing' (url:www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.

This is a one stage procurement process; therefore, suppliers will need to register an interest on the system and submit a tender submission no later than 12.00 on 14.10.2021 in order to participate.

Tender submissions cannot be uploaded after the return deadline.

The estimated value given at II.2.6) is for the full duration of the contract, which is up to forty-eight (48) months in total.

The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the contract or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights then it will not be responsible for, or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result. Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators.

Any questions relating to this procurement must be made via the correspondence area in the Capital eSourcing system.

six.4) Procedures for review

six.4.1) Review body

High Court, Royal Courts of Justice

Strand

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will incorporate a minimum 10 calendar days (when using electronic means) standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a contract before a contract is executed. 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

Country

United Kingdom