APPENDIX C SPECIFICATION DATE : 7th October 2013 The Provision of Consultancy Services for Crime Competition Financial Modelling Ref number 643 RM2592 (MOJ 2983-1) PROTECT – COMMERCIAL GPS Ref RM2592 Title of Request: Duration of Engagement: Required Commencement Date: 1. Consultancy Services for Crime Competition Financial Modelling Less than 1 month 24 October Introduction The Ministry of Justice (MoJ) works to protect the public and reduce reoffending, and to provide a more effective, transparent and responsive criminal justice system for victims and the public. It is a ministerial department, supported by 37 agencies and public bodies. The Legal Aid Agency is an executive agency of MoJ. It is a delivery organisation which commissions legal aid services from providers (solicitors, barristers and the not-for-profit sector) and administers both civil and criminal legal aid schemes in England and Wales.. Criminal legal aid accounts for a significant proportion of the MoJ budget, at around £1bn per annum in 2012/13 delivered by just over 1600 firms and over 4000 advocates. 2. Aims The Government is currently proposing to introduce competition in the criminal legal aid market. The proposals are set out in the Government consultation response Transforming Legal Aid: Next Steps1. In order to further develop the proposals, we wish to procure advice, based on financial analysis, from external consultants on the proposed number of contracts to deliver Duty Provider Work (DPW) in each of our proposed procurement areas (i.e. the proposed geographic areas within which providers would be contracted to deliver criminal legal aid services). This work is required to inform our assessment of options for the final model of procurement of criminal legal aid services. 3. Objectives We wish to take advice from external sources to: a) Obtain more detailed financial analysis and modelling to inform our assessment of options; sustainability and the final decision on the number of contracts for Duty Provider Work. b) Ensure our proposed procurement areas allow at least a minimum number of providers to continue to operate in each area, and that a service is provided to all who need it. c) Ensure that our final decisions achieve an appropriate balance between the need for consolidation of the market to ensure financial sustainability and the ability of suppliers to adapt in the time available. 1 https://consult.justice.gov.uk/digital-communications/transforming-legal-aid-nextsteps/supporting_documents/transforminglegalaidnextstepsweb1.pdf PROTECT - COMMERCIAL Page 2 of 8 PROTECT – COMMERCIAL GPS Ref RM2592 Advice is sought from a provider with experience or knowledge of large scale procurement exercises and skilled multi disciplinary resource. The output of the financial modelling work should be a paper published by the consultants setting out their conclusions for the optimal sized contract in value terms (including recommendations as to how the value of own client work should be taken into account), and any associated recommendations for addressing issues with regard to specific procurement areas. The MoJ will then use this to inform the number of Duty Provider Work Contracts on offer under the proposed modified model. 4. Background to the Requirement Following a number of previous consultations on the subject, in April 2013 the Government launched the consultation on further reform of the legal aid system, including introducing competition in the criminal legal aid market. The competition model proposed was designed to achieve best value for money by offering providers increased opportunities to scale up to achieve economies of scale and provide a more efficient service, giving them the confidence to invest in the restructuring required in the knowledge they would be in receipt of larger and more certain returns. Having carefully considered the responses to the consultation, the Government announced in September 2013, in the consultation response Transforming Legal Aid: Next Steps that it would undertake a second phase of consultation on refined proposals for introducing competitive tendering. The modifications to the competitive tendering proposals include the removal of price as an award criterion, instead setting fees administratively for criminal legal aid work. A summary of the responses to the April consultation are set out in Annex B and the modified model is described in detail in Chapter 3 of the consultation response. The current consultation on the proposals opened 5 September 2013 and aims to collect views on the modified model, including the proposed procurement areas, remuneration mechanisms and the interim fee reduction. Governance The Legal Aid Transformation Programme Board provides strategic oversight of the activities within this programme, so as to ensure that the Government’s policy is implemented and that benefits are realised. Programme Board membership is drawn from both the MoJ and the LAA, in line with the collegiate approach to working. The Programme Board chair is Catherine Lee, MoJ Director General of Law and Access to Justice. The consultants appointed under this contract would be managed by Analytical Services and would formally report to the Programme Board. Therefore, other teams across MoJ and LAA may provide information or meet with the consultants where necessary. 5. Scope PROTECT - COMMERCIAL Page 3 of 8 PROTECT – COMMERCIAL GPS Ref RM2592 The Government is jointly commissioning a piece of research with the Law Society to help inform the analysis of sustainability and the final decision on the number of contracts for Duty Provider Work under the modified model described in Chapter 3 of the latest legal aid consultation. The piece of work is divided into two stages. The Law Society has commissioned Otterburn Legal Consulting to conduct the first stage of this research. A quantitative survey has been sent out to criminal legal aid providers, which aims to collect certain financial data, as well as assessing their management ability to deal with growth2. Otterburn will also be interviewing a small sample of providers to collect more in-depth qualitative data about their views. The scope of this procurement forms the second stage of the research which would involve taking the quantitative and qualitative data collected by Otterburn and use it to advise MoJ’s Analytical Services and Policy teams on the optimal size and number of contracts in each procurement area as specified in the consultation response in order for the market and service to be sustainable. There may also be a requirement for additional qualitative interviews to be conducted to inform the modelling work, which could be within the scope of this procurement. Potential bidders should demonstrate the ability to conduct qualitative research (recruit respondents, carry out qualitative interviews, analysis) and should provide costs for conducting qualitative interviews as an additional option (for 5, 10 and 20 interviews) to inform their modelling work. It is important to highlight that sustainable delivery is one key factor we propose to apply to help determine the final model of procurement. For information, the other key factors are: We must ensure a sufficient supply to deal with potential conflicts of interest; We must ensure a sufficient case volume to allow fixed fees to work; We must ensure the market is sufficiently agile to meet the financial and volume demands; and We must ensure the market is competitive in future tendering rounds (sustainable procurement). These four factors are described in more detail in Transforming Legal Aid: Next Steps paragraph 3.31. The scope of this stage of the research would therefore take the form of: i. ii. iii. an advisory function to provide information and evidence which will inform the assessment of options and recommendations on the number of contracts to be offered modelling analysis of potential market behaviour and the implications of the advised number of contracts model assurance that the size and geography of the proposed procurement areas are appropriate As far as possible, the contracts to deliver Duty Provider Work should also be large enough in volume and value to be sustainable in their own right after the cumulative reduction in fees by 17.5%. However, most criminal legal aid providers will deliver both Own Client Work and Duty Provider Work. Therefore, this must be taken into consideration. We propose the research is modelled according to our currently proposed procurement areas. However, if in modelling a procurement area it becomes clear that the size or geography of the area is inappropriate, this should be flagged accordingly. Procurement areas should: 2 http://www.lawsociety.org.uk/news/stories/contracts-for-duty-work-help-us-build-the-evidence/ PROTECT - COMMERCIAL Page 4 of 8 PROTECT – COMMERCIAL GPS Ref RM2592 allow a minimum number of providers to continue to operate in each area; and allow a service to be provided to all who need it. 6. Requirement Using both the data collected from the survey run by Otterburn, and the consultants own knowledge of the Legal Aid sector, the consultant will: Produce a series of illustrative financial models to show the correct size of contracts required for a provider to be viable under the proposed fee reductions for different types of procurement area. Include iterations of this to show different provider structures / practices in terms of how a provider might respond Analyse whether changing the proposed procurement areas alters the size of contract required for a provider to be sustainable. Propose the relevant start up costs, and long term operating costs of providers with a contract to deliver DPW. Analyse the ability of the existing supplier base to adapt into the provider structures/practices (and as applicable for new entrants) required to operate the recommended model effectively Model a range of scenarios based on changing the variables set out above. Attend weekly updates, where the researchers will report back on the more in depth qualitative interviews that will be underway. Criteria MANDATORY Applicants need to: Give a concise summary highlighting key aspects of your proposal. Set out their understanding of the specific requirements of this work and how you will work with the MoJ to develop and define the scope of work giving examples of previous experience (preferably in the public sector) in undertaking similar appraisals. (Note: reference site contact details are required) Demonstrate the relevant experience of staff who will be directly involved in the work, with full CVs of the consultants you propose to use. Demonstrate that the proposed consultants will have the relevant experience and expertise and demonstrate how they have undertaken work of a similar nature. Set out o A detailed approach to the work; o Evidence of experience in advising on similar work with advanced outcomes achieved as a result of advice given / intervention i.e. where the bidder can demonstrate enhanced value to clients through improved delivery against outcome measures; PROTECT - COMMERCIAL Page 5 of 8 PROTECT – COMMERCIAL GPS Ref RM2592 o A high level implementation plan; o Timetable of work - Underlying assumptions as to the resources that are required; o Detailed breakdown of the proposed fees and underlying assumptions ; o The number of consultancy days and grade of staff to complete the work. Proposals should also allow for flexibility that may be required in response to refining the project plan. Show how they intend to mobilise and maintain the required resources from all parties to meet the required timescales of the consultancy work. Show how they would manage the overall programme of work, giving the name of the accountable person in the organisation, to comply with the timetable, remain within budget and meet the brief. Show detail of the assumptions they have made in preparing their response, including assumptions over the balance of work to be undertaken by the client organisations and the Applicant. Provide an outline of the key challenges for successful delivery of the project and an explanation as to how they envisage these being overcome. Indicate how they will approach communication throughout the project with all stakeholders to reflect the sensitive nature of this project. Please submit a high level communication strategy as part of your response. 7. Performance of the Services and deliverables Plan and Milestones (including dates for completion) (i) The Plan as at the Effective Date is set out below: Milestone Deliverables Duration (bulleted list showing all Deliverables (and associated tasks) required for each Milestone) (Working Days) Milestone Date Customer Responsibilities (if applicable) PROTECT - COMMERCIAL Page 6 of 8 PROTECT – COMMERCIAL GPS Ref RM2592 A paper published by 17 the consultants setting working out their conclusions days for the optimal sized contract in value terms (including recommendations as to how the value of own client work should be taken into account), and any associated recommendations for addressing issues with regard to specific procurement areas. 15 November (ii) If so required by the Customer, the Supplier shall produce a further version of the Plan (based on the above plan) in such further detail as the Customer may reasonably require. The Supplier shall ensure that each version of the Implementation Plan is subject to approval. The Supplier shall ensure that the Implementation Plan is maintained and updated on a regular basis as may be necessary to reflect the then current state of the implementation of the Services. (iii) The Customer shall have the right to require the Supplier to include any reasonable changes or provisions in each version of the Implementation Plan. (iv) The Supplier shall perform its obligations so as to achieve each Milestone by the Milestone Date. (v) Changes to the Milestones shall only be made in accordance with the variation procedure and provided that the Supplier shall not attempt to postpone any of the Milestones using the variation procedure or otherwise (except in the event of a Customer default which affects the Supplier's ability to achieve a Milestone by the relevant Milestone Date). 8. Performance Monitoring Throughout the period Analytical Services will regularly review the work being undertaken to ensure it is progressing in line with the contract specification. 9. Security Subject to 102 Petty France security restrictions. 10. Project Timetable PROTECT - COMMERCIAL Page 7 of 8 PROTECT – COMMERCIAL GPS Ref RM2592 Transforming Legal Aid is one of the five priorities for the Ministry of Justice and this research work will be a crucial element in informing the future model for commissioning DPW contracts. This research is required to inform the assessment and recommendations for a future model of procurement which is due late November. On that timetable, it is therefore essential that that this research is completed and report delivered no later than 15 November 2013. We propose a briefing meeting in week commencing 21 October, and would look to have a contract in place and service commencing on 24 October. PROTECT - COMMERCIAL Page 8 of 8
© Copyright 2026 Paperzz