Tender

Approved Enforcement Agencies

MINISTRY OF JUSTICE.

This public procurement record has 2 releases in its history.

Tender

09 Jul 2019 at 08:14

Planning

15 Mar 2019 at 10:23

Summary of the contracting process

The Ministry of Justice is conducting a procurement process for the delivery of Approved Enforcement Agency Services on behalf of HM Courts and Tribunal Services. The procurement, categorised under justice services and bailiff services, will be divided into eight lots corresponding to various regions across England and Wales. The tender period for receiving bids concludes on 5th August 2019, and the services will be contracted for an initial term of five years, with the possibility of two one-year extensions. This process is executed under a light touch regime as per the Public Contracts Regulations 2015.

This tender presents a significant opportunity for small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) to engage in government contracts. Companies providing enforcement services, compliance solutions, or related legal support would find themselves particularly well-suited to submit proposals. The regional allocation of the lots allows local suppliers to participate and potentially secure contracts that can enhance their business growth while contributing to the effective enforcement of legal penalties within the justice system.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Approved Enforcement Agencies

Notice Description

The procurement is for the delivery of Approved Enforcement Agency Services on behalf of HM Courts and Tribunal Services (HMCTS). The services reflects the requirements of the Tribunals Courts and Enforcement Act 2007 and other related legislation The services will support HMCTS' compliance and enforcement operations that ensures financial penalties, as well as a number of other non-custodial penalties and custodial actions, are collected and performed. It will support provision of consistent and efficient enforcement processes across England and Wales. The procurement is split into 8 lots, 7 regional lots (Primary) and 1 secondary lot. Primary Service Providers will perform Services under the Regional Lots, any re-issues of Warrants of Control are expected to be performed by the Secondary Service Providers - full details are provided in tender documentation. Services are to be contracted for an initial term of 5 years with an option to extend by 2 further 1-year periods to a maximum of 7 years. The services are within scope of the social and other specific services listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) and shall be awarded pursuant to Regulation 74, that is under the light touch regime. If you are not already registered on the MoJ eSourcing Portal (Bravo) please use the link and follow the registration process: https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html Once you are registered on the MoJ eSourcing Portal please contact CCMDenforcement@justice.gov.uk. Additional information: The Authority reserves the right to reject all or any of the bids for the competition and not to award a contract to any bidder, without any liability on its part. Nothing in this prior information notice shall generate any contractual obligations prior to the signature of a contract following a competition. Transparency: HM Government requires that tender documentation issued by government departments for contracts exceeding 10 000 GBP over the life of the contract are published online (www.gov.uk/contracts-finder) for the public. The resulting contract shall also be published. The Authority may use its discretion to redact information to protect key commercial interest or on prescribed grounds. Therefore, bidders who wish information not to be published, if successful, should secure agreements with the Authority prior to submission. These could cover key commercial interest, trade secrets and commercial interests which would be prejudiced by publication, all following the test in Section 43 of the Freedom of Information Act 2000 (https://ico.org.uk/media/for-organisations/documents/1178/commercial-interests-section-43-foia-guidance.pdf). Only documentation related to the award will be published. The prescribed grounds for redaction are: (a) national security; (b) personal data; (c) information protected by intellectual property rights; (d) information which is not in the public interest to disclose (following tests under the Freedom of Information Act 2000); (e) third party confidential information; (f) IT security; and (g) Prevention of fraud. Freedom of information (FOI): The Freedom of Information Act came fully into force in 2005. If any organisation considers that any information supplied by them is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivities specified. In such cases the relevant material will in response to FOI requests be examined in the light of exemptions provided for in the Act.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-4efc8c01-83e9-4abc-aea1-24ebd61c9456
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/7aa6a2e3-0eb9-4edb-a072-81e10d9d4382
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Other - The Authority will use a procedure similar to the open procedure described in Regulation 27. The procedure will include a selection stage to identify bidders capable of providing the services. The Authority will evaluate only the tenders submitted by the
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

75 - Administration, defence and social security services


CPV Codes

75230000 - Justice services

75242110 - Bailiff services

Notice Value(s)

Tender Value
£250,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Jul 20196 years ago
Submission Deadline
5 Aug 2019Expired
Future Notice Date
30 Jun 2019Expired
Award Date
Not specified
Contract Period
16 May 2020 - 16 May 2027 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE.
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LEEDS
Postcode
LS1 4AP
Post Town
Leeds
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE42 Leeds
Delivery Location
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLI London, TLJ South East (England), TLK South West (England), TLL Wales

Local Authority
Leeds
Electoral Ward
Hunslet & Riverside
Westminster Constituency
Leeds South

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-4efc8c01-83e9-4abc-aea1-24ebd61c9456-2019-07-09T09:14:46+01:00",
    "date": "2019-07-09T09:14:46+01:00",
    "ocid": "ocds-b5fd17-4efc8c01-83e9-4abc-aea1-24ebd61c9456",
    "language": "en",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "1",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/9634b8f1-b3f1-441d-97b2-c99155f26030",
                "datePublished": "2019-03-15T10:23:05Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "tender_199565/780072",
        "title": "Approved Enforcement Agencies",
        "description": "The procurement is for the delivery of Approved Enforcement Agency Services on behalf of HM Courts and Tribunal Services (HMCTS). The services reflects the requirements of the Tribunals Courts and Enforcement Act 2007 and other related legislation The services will support HMCTS' compliance and enforcement operations that ensures financial penalties, as well as a number of other non-custodial penalties and custodial actions, are collected and performed. It will support provision of consistent and efficient enforcement processes across England and Wales. The procurement is split into 8 lots, 7 regional lots (Primary) and 1 secondary lot. Primary Service Providers will perform Services under the Regional Lots, any re-issues of Warrants of Control are expected to be performed by the Secondary Service Providers - full details are provided in tender documentation. Services are to be contracted for an initial term of 5 years with an option to extend by 2 further 1-year periods to a maximum of 7 years. The services are within scope of the social and other specific services listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) and shall be awarded pursuant to Regulation 74, that is under the light touch regime. If you are not already registered on the MoJ eSourcing Portal (Bravo) please use the link and follow the registration process: https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html Once you are registered on the MoJ eSourcing Portal please contact CCMDenforcement@justice.gov.uk. Additional information: The Authority reserves the right to reject all or any of the bids for the competition and not to award a contract to any bidder, without any liability on its part. Nothing in this prior information notice shall generate any contractual obligations prior to the signature of a contract following a competition. Transparency: HM Government requires that tender documentation issued by government departments for contracts exceeding 10 000 GBP over the life of the contract are published online (www.gov.uk/contracts-finder) for the public. The resulting contract shall also be published. The Authority may use its discretion to redact information to protect key commercial interest or on prescribed grounds. Therefore, bidders who wish information not to be published, if successful, should secure agreements with the Authority prior to submission. These could cover key commercial interest, trade secrets and commercial interests which would be prejudiced by publication, all following the test in Section 43 of the Freedom of Information Act 2000 (https://ico.org.uk/media/for-organisations/documents/1178/commercial-interests-section-43-foia-guidance.pdf). Only documentation related to the award will be published. The prescribed grounds for redaction are: (a) national security; (b) personal data; (c) information protected by intellectual property rights; (d) information which is not in the public interest to disclose (following tests under the Freedom of Information Act 2000); (e) third party confidential information; (f) IT security; and (g) Prevention of fraud. Freedom of information (FOI): The Freedom of Information Act came fully into force in 2005. If any organisation considers that any information supplied by them is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivities specified. In such cases the relevant material will in response to FOI requests be examined in the light of exemptions provided for in the Act.",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "75230000",
            "description": "Justice services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "75242110",
                "description": "Bailiff services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "North East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Wales",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Wales",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 250000000,
            "currency": "GBP"
        },
        "procurementMethodDetails": "Other - The Authority will use a procedure similar to the open procedure described in Regulation 27. The procedure will include a selection stage to identify bidders capable of providing the services. The Authority will evaluate only the tenders submitted by the",
        "communication": {
            "futureNoticeDate": "2019-07-01T00:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2020-05-17T00:00:00+01:00",
            "endDate": "2027-05-16T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "datePublished": "2019-07-09T09:14:46+01:00",
        "tenderPeriod": {
            "endDate": "2019-08-05T23:59:59+01:00"
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/7aa6a2e3-0eb9-4edb-a072-81e10d9d4382",
                "datePublished": "2019-07-09T09:14:46+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Link to the MoJ eSourcing Portal",
                "url": "https://ministryofjusticecommercial.bravosolution.co.uk"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-92753",
            "name": "Ministry of Justice.",
            "identifier": {
                "legalName": "Ministry of Justice."
            },
            "address": {
                "streetAddress": "5 Wellington Place",
                "locality": "Leeds",
                "postalCode": "LS1 4AP",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "CCMDenforcement@justice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-92753",
        "name": "Ministry of Justice."
    }
}