Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Ministry of Justice
5 Wellington Place
Leeds
LS1 4AP
UK
Ffôn: +44 02033343555
E-bost: joanne.shakespeare@justice.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.gov.uk
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://ministryofjusticecommercial.bravosolution.co.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://ministryofjusticecommercial.bravosolution.co.uk
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:
https://ministryofjusticecommercial.bravosolution.co.uk
I.4) Y math o awdurdod contractio
Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Debt Collection & Enforcement Services (DCES)
Cyfeirnod: itt_8084
II.1.2) Prif god CPV
75231100
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The Supplier will be required to provide national debt collection and enforcement services in relation to monies owed by means tested defendants who are in receipt of legal aid in respect of a case to be heard, or a case that has been heard and resulted in a conviction, in the Crown Court. The Services covers all Crown Courts in England and Wales.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
75242110
II.2.3) Man cyflawni
Cod NUTS:
UK
Prif safle neu fan cyflawni:
The Services cover all Crown Courts in England and Wales.
II.2.4) Disgrifiad o’r caffaeliad
This procurement is for the delivery of Crown Court Means Testing (CCMT) - Debt Collection and Enforcement Services (DCES) for the Legal Aid Agency (LAA). The Supplier will be required to provide national debt collection and enforcement services in relation to monies owed by means tested defendants who are in receipt of legal aid in respect of a case to be heard, or a case that has been heard and resulted in a conviction, in the Crown Court. The Services covers all Crown Courts in England and Wales. The Supplier will be responsible for the collection and enforcement of Legal Aid Contributions which requires case management, collection, enforcement and refund of monies where appropriate. The Supplier must keep individuals fully engaged throughout the lifetime of the debt.
LEGAL AID MEANS TEST REVIEW - Current estimates suggest that Crown Court Means Testing policy changes resulting from the Legal Aid Means Test Review consultation are likely to be implemented during the life of this Contract. The Authority reserves the right to change the requirements under this Contract, especially in respect of the thresholds and provisions for calculating the contributions as well as the forecasted volumes of work and administrative costs, to reflect the outcomes of the Legal Aid Means Test Review (MTR). The Supplier will be required to implement changes to its digital systems and processes in accordance with the outcomes of the Legal Aid Means Test Review (each such Change being an MTR Change). Further information is provided in the Invitation to Tender documentation.
This requirement is being competed under the Open Procedure. Please note that this is not a call for Expressions of Interest and potential suppliers are therefore required to submit their full tender in accordance with the instructions in the Invitation to Tender (ITT) Instructions for Bidders document.
The Cabinet Office has introduced mandatory requirements relating to data handling, security, and information assurance in Government contracts. Information, systems, equipment and processes must be protected and Government suppliers must provide an appropriate level of security. Please note that it is a mandatory requirement that suppliers must hold Cyber Essentials Plus certification.
The original contract duration will be 48 months with a potential to extend for a maximum of a further 24 months.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 14 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 72
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The original contract duration will be 48 months with a potential to extend for a maximum of a further 24 months.
The estimated value given above includes the optional renewal period.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Full details and selection criteria as stated in the procurement documents
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
Details as stated in the procurement documents
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Na
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2022/S 000-016767
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
19/12/2023
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
19/12/2023
Amser lleol: 12:00
Place:
via Ministry of Justice eSourcing System
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
1. REGISTRATION
The Ministry of Justice will be performing events through its e-Sourcing Portal. The eSourcing Portal is an online application that allows all potential suppliers to create and submit their responses to any Requests for Information, Requests for Quotes or Requests for Proposals via the internet rather than in paper form (where they have been invited to respond). The eSourcing Portal will also be used by the Ministry of Justice to run Reverse Auctions.
2. TRANSPARENCY
HM Government requires that tender documentation issued by Government departments for contracts with a value exceeding £10,000 over the life of the contract are published online [https://www.contractfinder.businesslink,gov.uk] for the general public. The resulting contract shall also be published.
The Ministry of Justice may use its discretion to redact information to protect key commercial interests or on prescribed grounds. Therefore, bidders who wish information not to be published if successful should secure agreement with the Ministry of Justice prior to submission. Only documentation relating to awarded contracts will be published.
Key commercial interests would be trade secrets and commercial interests which would be prejudiced by publication, following the tests in section 43 of the Freedom of Information Act 2000. http://www.justice.gov.uk/downloads/information-access-rights/foi/foi-s43-exemptions.pdf
The prescribed grounds for redaction are:
(a) national security
(b) personal data
(c) information protected by intellectual property law;
(d) information which it is not in the public interest to disclose (following the tests under the Freedom of Information Act 2000)
(e) third party confidential information
(f) IT security; or
(g) prevention of fraud
3. GOVERNMENT SECURITY CLASSIFICATION
From 2nd April 2014 the Government introduced its new Government Security Classifications (GSC) classification scheme to replace the current Government Protective Marking Scheme (GPMS). A key aspect of this is the reduction in the number of security classifications used. All potential suppliers should make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC:
https://www.gov.uk/government/publications/government-security-classifications
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Royal Courts of Justice
Strand
London
WC2A 2LL
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
08/11/2023