Compliance and Enforcement Services.

This contract notice relates to a proposed contract for the outsourcing of certain of the main compliance and enforcement activities of HMCTS, further details of which are set out below. This contract notice is a voluntary notice and relates to contracts falling under Part B of Schedule 3 of the Public Contracts Regulations 2006 (the "Regulations"). Accordingly, in conducting this procurement the Authority is required to comply only with those aspects of the Regulations which are applicable to Part B services and it is not obliged to comply with any other aspects of the Regulations. The choice of the negotiated procedure (as set out in Section IV.1.1 below) should therefore not be regarded as an indication that the Authority will follow the detailed rules and timescales for a negotiated procedure under Regulation 17 of the Regulations (which does not apply to Part B services). The Authority intends to tailor the procurement process to meet its specific requirements, further details of which are outlined in the Background Information document and will be set out in the Invitation to Negotiate ("ITN") documents. The services being procured are the administration and collection of criminal financial impositions on behalf of HMCTS. The aim of the procurement is to ensure that the management and payment of criminal fines and financial impositions associated with the police or other public authorities are undertaken in a more compliant, cost effective, efficient and timely manner. The principal scope of the services is expected to include: — The collection of criminal fines, costs, compensation, victims surcharge, back-duty and fixed penalties that have been registered as a fine; — Conditional cautions that have a financial element that have been issued by the Police; — The collection and enforcement of sureties related to order for Forfeiture of Recognizance issued by the First Tier Asylum and Immigration Tribunal; — All related back office administrative work, debt management, service centre activity (both inbound and outbound communications) and the administration of the Fines Collection Scheme under Schedule 5, Courts Act 2003; — All activities currently undertaken by Fixed Penalty Offices including the endorsement of licences, compliance activity, processing of payments and the registration of unpaid notices and orders as fines; — Activities currently undertaken by Confiscation Units where HMCTS is the Lead Enforcement Authority including compliance and collection activity associated with the management and tracking of confiscation orders with the exception of the court diary management and resulting of cases; — All activities associated with the management of warrants currently undertaken by HMCTS Civilian Enforcement Officers, contracted Approved Enforcement Agencies and local Police Forces; and — All relevant financial, accounting and money handling activities including those that support publication of the annual Trust Statement which reports the collection of revenues to be paid to HM Treasury. These are the services that are currently within scope of the Compliance and Enforcement Services Project. However, the Authority reserves the right to vary these services. The Government has in place policies for the protection of official information and other assets. Compliance and Enforcement Services work must be undertaken by the chosen provider or their designated sub-contractor in the UK. The chosen provider must ensure that all hosting and support services occur within the UK. All testing must be undertaken in the UK unless full compliance with the MoJ Offshoring policy can be demonstrated. Any offshore testing must be agreed in advance with the Authority's Senior Information Risk Owner and the Cabinet Office. The procurement process will be used to satisfy the objectives and requirements for Compliance and Enforcement Services. This is a standalone competitive process and currently envisages the award of a services contract to a single supplier (which could be a single organisation or group (consortium)). The MoJ reserves the right at any stage and without notice, at its sole discretion, to alter the competition details and arrangements or to terminate this competition. The indicative contract term is up to five years (from the award of the contract) with two options for the MoJ to extend, each of two years duration, maximum length nine years.
CPV-Code: 79000000
Abgabefrist: 22.08.2013
Typ: Contract notice
Status: Submission for all lots
Aufgabe: Social protection
Vergabestelle:
name: Ministry of Justice ("MoJ" or "Authority") Procurement
address: Contact Point: HMCTS Compliance and Enforcement Services Project Team, Ministry of Justice, 1st Floor, (1.17), 102 Petty France, Westminster
postal_code: SW1H 9AJ
city: London - UK
country: UK
email: None
phone: None
contact_point:
idate: 14. Juni 2020 20:28
udate: 14. Juni 2020 20:28
doc: 249212_2013.xml
authority_types: MINISTRY
activities: GENERAL_PUBLIC_SERVICES,PUBLIC_ORDER_AND_SAFETY,SOCIAL_PROTECTION
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:249212-2013:TEXT:EN:HTML
Unterlagen: None
Zuschlagskriterium: The most economic tender
Vertrag: Service contract
Prozedur: Negotiated procedure
Nuts: UK
Veröffentlichung: 25.07.2013
Erfüllungsort: London - GB
Link:
Lose:
Name Los Nr 1 United Kingdom__London__Dienstleistungen für Unternehmen: Recht, Marketing, Consulting, Einstellungen, Druck und Sicherheit
Gewinner None
Datum
Wert None
Anzahl Angebote None