Planning

Crown Court Means Testing Debt Collection and Enforcement Services

MINISTRY OF JUSTICE.

This public procurement record has 1 release in its history.

Planning

04 Aug 2017 at 14:35

Summary of the contracting process

The Ministry of Justice is initiating a procurement process for the "Crown Court Means Testing Debt Collection and Enforcement Services," aimed at delivering services for the collection and enforcement of Legal Aid contributions. This opportunity falls under the Light Touch Regime as per the 2015 Public Contracts Regulations and will be conducted through an open competition to ensure transparency. The tender is currently in the planning stage, with an expected market engagement event scheduled for early September 2017 in London. The contract, valued at £5,400,000, will run from 2nd July 2018 to 30th June 2021, and is classified under government and justice services. Interested parties are encouraged to register their interest by contacting the procurement officer via email.

This tender presents significant growth opportunities for businesses specialising in debt collection and enforcement services, particularly those capable of managing case volume and reducing aged debt profiles. Potential bidders should be well-versed in legal processes and have the capacity to participate actively in a competitive bidding environment. Small and medium-sized enterprises (SMEs) are encouraged to engage in this opportunity, especially those that can demonstrate a strong service quality ratio, which may enhance their chances of success in meeting the Ministry of Justice's contractual requirements.

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

Crown Court Means Testing Debt Collection and Enforcement Services

Notice Description

The Ministry of Justice (MoJ) is running a procurement exercise for the award of a single contract for the delivery of Crown Court Means Testing (CCMT) Debt Collection and Enforcement Services on behalf of the Legal Aid Agency (LAA). The LAA is an executive agency sponsored by the MoJ. The service requirement is for the collection and enforcement of Legal Aid contributions, which will require case management, collections and refund of monies from / to defendants. Additionally there is a requirement to reduce an aged debt profile. The services will be procured through open competition. The requirements fall under the Light Touch Regime (LTR) as per the 2015 Public Contracts Regulations but will follow a process similar to Open Procedure to ensure full transparency. Some indicative volumes are provided below. The Services requires work for pre-conviction (ICO); post-conviction (CCO); Credit and Equity Checks (K&E) and Appeals to the Crown Court. Activity Indicative Monthly Volumes Income Contribution Order 800 Capital Contribution Order 165 Capital and Equity Check 150 Appeals to Crown Court 5 Additional information: In conducting this procurement the Authority will provide further information on the procurement process through the continuous PIN method in line with the requirement for social and specific services under the Regulations. The Authority reserves the right to hold negotiations with bidders submitting the best service - quality ratio. The contract to be awarded will be a Concession Contract, within the meaning of the Regulations. To register your interest for this contract opportunity, please send an e-mail to carl.hinton@justice.gsi.gov.uk Market Engagement Event: We will be holding a market engagement event in early September 2017 in London. Organisations wishing to participate in the market engagement event should e-mail carl.hinton@justice.gsi.gov.uk by the 28th August 2017. The aim of the proposed market engagement is to further assess the capability and capacity of the market to meet the service requirements. It will also enable us to further evaluate at an early stage whether our proposed procurement approach is feasible, is seen as an attractive opportunity and can be delivered by the market. Furthermore, it will provide an early indication to the market of the service requirements and allow organisations the opportunity to consider how they will respond to an Invitation to Tender (ItT). Further information about the event will be issued to bidders via the e-sourcing portal in due course. Award of the contract(s): The Ministry of Justice reserves the right to reject all or any of the bids for the competition and not to award a contract to any potential provider, without any liability on its part. Nothing in the Prior Information Notice shall generate any contractual obligations prior to signature of a contract following a competition. Transparency: HM Government requires that the tender documentation issued by the government departments for contracts exceeding 10,000 GBP over the life of the contract are published online (www.businesslink.gov.uk) for the general public. The resulting contract shall also be published. The MoJ may use its discretion to redact information to protect key commercial interest or on prescribed grounds. Therefore potential providers who wish information not to be published, if successful, should secure agreements with the Ministry of Justice 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 (http://www.justice.gov.uk/guidance/doc/foi-exemption-s43.pdf). Only documentation related to the award will be published. The prescribed grounds for redaction are: National Security; Personal Data; Information protected by intellectual property rights; Information which is not in the public interest to disclose (following tests under the Freedom of Information Act 2000); third party confidential information; IT Security; and Prevention of Fraud.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-903d56d6-488c-456b-94d6-da951caaf834
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/5abc3d56-6515-4f31-a03c-891d5560ae49
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planned Procurement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Not Specified
Procurement Method Details
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

75 - Administration, defence and social security services


CPV Codes

75130000 - Supporting services for the government

75131000 - Government services

75230000 - Justice services

75242110 - Bailiff services

Notice Value(s)

Tender Value
£5,400,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Aug 20178 years ago
Submission Deadline
Not specified
Future Notice Date
6 Sep 2017Expired
Award Date
Not specified
Contract Period
1 Jul 2018 - 30 Jun 2021 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
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
LS2 7EH
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-b5fd17-903d56d6-488c-456b-94d6-da951caaf834-2017-08-04T15:35:18+01:00",
    "date": "2017-08-04T15:35:18+01:00",
    "ocid": "ocds-b5fd17-903d56d6-488c-456b-94d6-da951caaf834",
    "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/5abc3d56-6515-4f31-a03c-891d5560ae49",
                "datePublished": "2017-08-04T15:35:18+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "tender_149721/602186",
        "title": "Crown Court Means Testing Debt Collection and Enforcement Services",
        "description": "The Ministry of Justice (MoJ) is running a procurement exercise for the award of a single contract for the delivery of Crown Court Means Testing (CCMT) Debt Collection and Enforcement Services on behalf of the Legal Aid Agency (LAA). The LAA is an executive agency sponsored by the MoJ. The service requirement is for the collection and enforcement of Legal Aid contributions, which will require case management, collections and refund of monies from / to defendants. Additionally there is a requirement to reduce an aged debt profile. The services will be procured through open competition. The requirements fall under the Light Touch Regime (LTR) as per the 2015 Public Contracts Regulations but will follow a process similar to Open Procedure to ensure full transparency. Some indicative volumes are provided below. The Services requires work for pre-conviction (ICO); post-conviction (CCO); Credit and Equity Checks (K&E) and Appeals to the Crown Court. Activity Indicative Monthly Volumes Income Contribution Order 800 Capital Contribution Order 165 Capital and Equity Check 150 Appeals to Crown Court 5 Additional information: In conducting this procurement the Authority will provide further information on the procurement process through the continuous PIN method in line with the requirement for social and specific services under the Regulations. The Authority reserves the right to hold negotiations with bidders submitting the best service - quality ratio. The contract to be awarded will be a Concession Contract, within the meaning of the Regulations. To register your interest for this contract opportunity, please send an e-mail to carl.hinton@justice.gsi.gov.uk Market Engagement Event: We will be holding a market engagement event in early September 2017 in London. Organisations wishing to participate in the market engagement event should e-mail carl.hinton@justice.gsi.gov.uk by the 28th August 2017. The aim of the proposed market engagement is to further assess the capability and capacity of the market to meet the service requirements. It will also enable us to further evaluate at an early stage whether our proposed procurement approach is feasible, is seen as an attractive opportunity and can be delivered by the market. Furthermore, it will provide an early indication to the market of the service requirements and allow organisations the opportunity to consider how they will respond to an Invitation to Tender (ItT). Further information about the event will be issued to bidders via the e-sourcing portal in due course. Award of the contract(s): The Ministry of Justice reserves the right to reject all or any of the bids for the competition and not to award a contract to any potential provider, without any liability on its part. Nothing in the Prior Information Notice shall generate any contractual obligations prior to signature of a contract following a competition. Transparency: HM Government requires that the tender documentation issued by the government departments for contracts exceeding 10,000 GBP over the life of the contract are published online (www.businesslink.gov.uk) for the general public. The resulting contract shall also be published. The MoJ may use its discretion to redact information to protect key commercial interest or on prescribed grounds. Therefore potential providers who wish information not to be published, if successful, should secure agreements with the Ministry of Justice 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 (http://www.justice.gov.uk/guidance/doc/foi-exemption-s43.pdf). Only documentation related to the award will be published. The prescribed grounds for redaction are: National Security; Personal Data; Information protected by intellectual property rights; Information which is not in the public interest to disclose (following tests under the Freedom of Information Act 2000); third party confidential information; IT Security; and Prevention of Fraud.",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "75130000",
            "description": "Supporting services for the government"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "75131000",
                "description": "Government services"
            },
            {
                "scheme": "CPV",
                "id": "75230000",
                "description": "Justice services"
            },
            {
                "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": "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": 5400000,
            "currency": "GBP"
        },
        "communication": {
            "futureNoticeDate": "2017-09-07T00:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2018-07-02T00:00:00+01:00",
            "endDate": "2021-06-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        }
    },
    "parties": [
        {
            "id": "GB-CFS-44276",
            "name": "Ministry of Justice.",
            "identifier": {
                "legalName": "Ministry of Justice."
            },
            "address": {
                "streetAddress": "Harcourt House, 21 The Calls",
                "locality": "Leeds",
                "postalCode": "LS2 7EH",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Mr Carl Hinton",
                "email": "carl.hinton@justice.gsi.gov.uk"
            },
            "details": {
                "url": "http://www.justice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-44276",
        "name": "Ministry of Justice."
    }
}