Planning

Approved Enforcement Agencies

MINISTRY OF JUSTICE.

This public procurement record has 2 releases in its history.

Planning

15 Mar 2019 at 10:26

Planning

12 Mar 2019 at 16:59

Summary of the contracting process

The Ministry of Justice (MoJ) is planning a procurement exercise for the provision of Approved Enforcement Agency Services for HM Courts and Tribunal Services (HMCTS), aimed at ensuring the effective collection of financial penalties and enforcement actions across England and Wales. This procurement, which is categorised under justice services, is currently in the planning stage and anticipates contracting for a period of five years, with an option to extend for an additional two years. The contract encompasses seven regional lots and is expected to have a total value of £280 million. Interested suppliers should note that a Market Engagement phase is forthcoming, providing an opportunity for feedback on the procurement process.

This tender presents significant growth opportunities for businesses, particularly those operating in the justice and enforcement sectors, such as regional enforcement agencies and those offering specialist support services. Companies with experience in compliance and enforcement operations, as well as those familiar with the public sector procurement process, will be well-suited to compete. Additionally, small and medium-sized enterprises (SMEs), as well as voluntary, community, and social enterprises (VCSEs), are encouraged to participate given the potential for regional service provision and the collaborative nature of the procurement approach anticipated by the MoJ.

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 Ministry of Justice (MoJ) intends to run a procurement exercise for the delivery of Approved Enforcement Agency Services on behalf of HM Courts and Tribunal Services (HMCTS). 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 provisions of consistent and efficient enforcement processes across England and Wales. 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. Services are anticipated to be contracted for 5 years with an option to extend by a further 2-year period. The Authority anticipates 7 Regional Lots, corresponding to HMCTS Regions (London, Midlands, North East, North West, South East, South West, and Wales). The Authority is currently considering the most appropriate procurement strategy, and intends to conduct a Market Engagement phase to offer potential suppliers an opportunity to provide feedback on the Authority's proposal for tendering and awarding contracts. The Authority intends to use a procedure similar to the open procedure described in regulation 27. The procedure will include a selection stage to identify suppliers capable of providing the services. The Authority will evaluate only the tenders submitted by the suppliers selected. As part of this procurement exercise, the Authority would also like to explore the potential transfer of service of all warrants currently executed by Civilian Enforcement Officers. Civilian Enforcement Officers are authorised to execute warrants of arrest, commitment and detention issued by a magistrate covering fines and community penalty breaches. The jurisdiction of Civilian Enforcement Officers is restricted to England and Wales. Currently, HMCTS employs approximately 114 Civilian Enforcement Officers who are civil servants. If the Authority decides to transfer this service, it is likely HMCTS's current Civilian Enforcement Officers will transfer to the provider under the relevant provisions which may include TUPE (Transfer of Undertakings (Protection of Employment)) Regulations 2006. Regional Suppliers are expected to be the primary service providers. Any warrant re-issues are expected to be performed by the Supplier(s) of the National Lot. 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 eSourcing Portal please contact CCMDenforcement@justice.gov.uk. 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 is currently considering the most appropriate strategy, and intends to conduct a Market Engagement phase to offer potential suppliers an opportunity to provide feedback on the Authority's proposal for tendering and awarding contract. Should you wish to express an early interest in participation in Market Engagement, please contact CCMDEnforcement@justice.gov.uk. However, please note that a new PIN will be published to act as a call to engage once details of the event are finalised. Award of contracts: The Authority 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 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 general 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 potential providers 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-b5fd17-9b1e2472-c0ea-4b6e-a266-23858710183c
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/8ec66839-f3b3-4285-b443-8a89247bcb7f
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, 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
£280,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Mar 20196 years ago
Submission Deadline
Not specified
Future Notice Date
6 Mar 2019Expired
Award Date
Not specified
Contract Period
5 May 2020 - 5 May 2027 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Cancelled
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-b5fd17-9b1e2472-c0ea-4b6e-a266-23858710183c-2019-03-15T10:26:10Z",
    "date": "2019-03-15T10:26:10Z",
    "ocid": "ocds-b5fd17-9b1e2472-c0ea-4b6e-a266-23858710183c",
    "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/37c2e3c4-2471-45ff-bbb7-31f3518b8603",
                "datePublished": "2019-03-12T16:59:21Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/8ec66839-f3b3-4285-b443-8a89247bcb7f",
                "datePublished": "2019-03-15T10:26:10Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "tender_199565/752617",
        "title": "Approved Enforcement Agencies",
        "description": "The Ministry of Justice (MoJ) intends to run a procurement exercise for the delivery of Approved Enforcement Agency Services on behalf of HM Courts and Tribunal Services (HMCTS). 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 provisions of consistent and efficient enforcement processes across England and Wales. 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. Services are anticipated to be contracted for 5 years with an option to extend by a further 2-year period. The Authority anticipates 7 Regional Lots, corresponding to HMCTS Regions (London, Midlands, North East, North West, South East, South West, and Wales). The Authority is currently considering the most appropriate procurement strategy, and intends to conduct a Market Engagement phase to offer potential suppliers an opportunity to provide feedback on the Authority's proposal for tendering and awarding contracts. The Authority intends to use a procedure similar to the open procedure described in regulation 27. The procedure will include a selection stage to identify suppliers capable of providing the services. The Authority will evaluate only the tenders submitted by the suppliers selected. As part of this procurement exercise, the Authority would also like to explore the potential transfer of service of all warrants currently executed by Civilian Enforcement Officers. Civilian Enforcement Officers are authorised to execute warrants of arrest, commitment and detention issued by a magistrate covering fines and community penalty breaches. The jurisdiction of Civilian Enforcement Officers is restricted to England and Wales. Currently, HMCTS employs approximately 114 Civilian Enforcement Officers who are civil servants. If the Authority decides to transfer this service, it is likely HMCTS's current Civilian Enforcement Officers will transfer to the provider under the relevant provisions which may include TUPE (Transfer of Undertakings (Protection of Employment)) Regulations 2006. Regional Suppliers are expected to be the primary service providers. Any warrant re-issues are expected to be performed by the Supplier(s) of the National Lot. 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 eSourcing Portal please contact CCMDenforcement@justice.gov.uk. 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 is currently considering the most appropriate strategy, and intends to conduct a Market Engagement phase to offer potential suppliers an opportunity to provide feedback on the Authority's proposal for tendering and awarding contract. Should you wish to express an early interest in participation in Market Engagement, please contact CCMDEnforcement@justice.gov.uk. However, please note that a new PIN will be published to act as a call to engage once details of the event are finalised. Award of contracts: The Authority 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 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 general 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 potential providers 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": "cancelled",
        "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": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Wales",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 280000000,
            "currency": "GBP"
        },
        "communication": {
            "futureNoticeDate": "2019-03-06T00:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2020-05-06T00:00:00+01:00",
            "endDate": "2027-05-05T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        }
    },
    "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."
    }
}