Tender

TD2291 - Debt Resolution Services

  • Derby City Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-080705

Procurement identifier (OCID): ocds-h6vhtk-054de9 (view related notices)

Published 8 December 2025, 3:18pm



Scope

Description

Derby City Council (the Council) is undertaking this procurement to establish a framework for the Provision of Debt Resolution Services. Although the framework is being established for use by Derby City Council, Derby Homes will also be eligible to make use of this framework should they elect to do so.

This framework is being established to provide a Corporate Debt Management Services which include but not limited to:

- Service to cover Council Tax and Business Rates, Commercial Rents, Over Paid Housing Benefits

- Social Care and Miscellaneous Sundry Debt recovery.

- Along with Litigation Service and Data

- Analytics (Perennity to Pay)

The framework will be divided into three lots, and Suppliers may choose to submit proposals for one or more lots. A minimum of three Suppliers will be appointed for Lot 1, while one Supplier will be appointed for Lot 2 and Lot 3 respectively.

• Lot One - Enforcement Services.

• Lot Two - Litigation Services.

• Lot Three - Data Analytics Services.

The Competitive Flexible procedure will be conducted in two stages:

Stage One - Initial Stage:

This will be the PSQ stage that suppliers complete to be set up on the Central Digital Platform such as their economic and financial standing and their technical / professional ability. The Council will also ask a series of pass/fail questions which bidders have to complete. Only bidders that have passed this stage will be accepted on to Stage Two.

Stage Two - Quality and Pricing:

Bidders will need to complete a series of quality questions based on how they will carry out the contract and also complete the pricing sheet for their tendered lots.

Local Government Reorganisation (LGR) is underway in several areas across the country and may result in changes to council structures, service delivery and responsibilities, and geographical coverage during the life of the framework. For this framework it is anticipated that the effects of LGR may lead to an increased service demand or the need to extend provision to new areas or client groups. For further details please visit the government website: https://www.gov.uk/government/collections/local-government-reorganisation-policy-and-programme-updates

The core framework value for Lot two is estimated at £100,000 while lot three is estimated at £45,000, based on current known service requirements. No budget has been allocated to Lot 1, as this represents an income-generating element for the Authority.

Due to the potential impact of the Local Government Reorganisation this value may rise by 100%. Therefore, Lot two could see a rise of up to £100,000 and Lot three by an additional £45,000. These figures are estimations and due to only being in the early stages of the process the Authority cannot give any commitment on these figures but would like to build scope into the Framework should the need arise.

Supplier(s) are invited to demonstrate how the addition requirements could be accommodated and to provide indicative pricing for potential future increases in provision. This information will not be scored but will be used to inform forward planning and ensure the framework remains scalable and flexible.

PLEASE NOTE WE ARE ONLY COMMENCING STAGE ONE SO NOT ALL DOCUMENTS ARE AVAILABLE AT THIS STAGE.

Commercial tool

Establishes a framework

Total value (estimated)

  • £145,000 excluding VAT
  • £174,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 2 July 2026 to 1 July 2028
  • Possible extension to 1 July 2031
  • 5 years

Description of possible extension:

There will be an option to extend the Framework for two years in annual increments of twelve months, subject to satisfactory performance and business needs. Maximum Framework period is four years

Main procurement category

Services

Contract locations

  • UKF11 - Derby

Not the same for all lots

CPV classifications are shown in Lot sections, because they are not the same for all lots.


Lot 1. Enforcement Services

Description

To supply the enforcement services to Derby City Council

Lot value (estimated)

  • £0 excluding VAT
  • £0 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 75242110 - Bailiff services
  • 79940000 - Collection agency services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Litigation Services

Description

The supply of Litigation Services to the Derby City Council ("the Council")

Lot value (estimated)

  • £100,000 excluding VAT
  • £120,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 75100000 - Administration services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Data Analytic Services

Description

The supply of Data Analytic Services to Derby City Council ("the Council")

Lot value (estimated)

  • £45,000 excluding VAT
  • £54,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 72316000 - Data analysis services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Framework operation description

The award criteria, which will be used to evaluate bids and select a successful Supplier(s) to which the Council intends to award the framework, are designed to allow the selection of the bid that represents the most advantageous tender, rather than lowest price alone. This evaluation will be based on a combination of quality and financial criteria as set out below.

Lot 1

• Price - 0%

• Quality - 100%

As the rate chargeable to debtors is fixed, pricing will not form part of the evaluation for Lot One. Accordingly, the assessment for this Lot will be based solely on Part Five: Quality Response, which will account for 100% of the overall weighted score.

Lot 2 and 3

• Price 50%

• Quality 50%

Award method when using the framework

Without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Particular suitability

Lot 1. Enforcement Services

Lot 2. Litigation Services

Lot 3. Data Analytic Services

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Submission type

Requests to participate

Deadline for requests to participate

27 January 2026, 12:00pm

Submission address and any special instructions

The tender will be published on https://www.eastmidstenders.org/

The deadline to request to participate (Stage 1) is the 27th January 2026.

Further details can be accessed via the tender document which are available on the above link. Please search for TD2291.

Please note- we will only accept expressions of interest through the e-tendering system.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

27 February 2026

Recurring procurement

Publication date of next tender notice (estimated): 1 January 2029


Award criteria

Lot 1. Enforcement Services

This table contains award criteria for this lot
Name Type Weighting
Quality Quality 100%

Lot 2. Litigation Services

Lot 3. Data Analytic Services

This table contains award criteria for this lot
Name Type Weighting
Price Price 50%
Quality Quality 50%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

Stage One - Initial Stage

This will be the PSQ stage that suppliers complete to be set up on the Central Digital Platform such as their economic and financial standing and their technical / professional ability. The Council will also ask a series of pass/fail questions which bidders have to complete. Only bidders that have passed this stage will be accepted on to Stage Two.

Stage Two - Quality and Pricing

Bidders will need to complete a series of quality questions based on how they will carry out the contract and also complete the pricing sheet for their tendered lots.


Contracting authority

Derby City Council

  • Public Procurement Organisation Number: PQVM-1383-ZBXP

The Council House - Corporation Street

Derby

DE1 2FS

United Kingdom

Region: UKF11 - Derby

Organisation type: Public authority - sub-central government