{
    "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."
    }
}