Section one: Contracting authority/entity
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
The Capital Building, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
RM6226 Debt Resolution Services - Lot 1
Reference number
RM6226
two.1.2) Main CPV code
- 79940000 - Collection agency services
two.1.3) Type of contract
Services
two.2) Description
two.2.1) Title
Managed Debt Collection Services
Lot No
1
two.2.2) Additional CPV code(s)
- 48440000 - Financial analysis and accounting software package
- 66170000 - Financial consultancy, financial transaction processing and clearing-house services
- 66171000 - Financial consultancy services
- 71621000 - Technical analysis or consultancy services
- 72000000 - IT services: consulting, software development, Internet and support
- 72212100 - Industry specific software development services
- 72212211 - Platform interconnectivity software development services
- 72212400 - Business transaction and personal business software development services
- 72212440 - Financial analysis and accounting software development services
- 72212441 - Financial analysis software development services
- 72212442 - Financial systems software development services
- 72212443 - Accounting software development services
- 72212460 - Analytical, scientific, mathematical or forecasting software development services
- 72212461 - Analytical or scientific software development services
- 72212462 - Mathematical or forecasting software development services
- 72212480 - Sales, marketing and business intelligence software development services
- 72212482 - Business intelligence software development services
- 72212610 - Database software development services
- 72212730 - Security software development services
- 72212731 - File security software development services
- 72212732 - Data security software development services
- 72212900 - Miscellaneous software development services and computer systems
- 72212990 - Spreadsheets and enhancement software development services
- 72220000 - Systems and technical consultancy services
- 72221000 - Business analysis consultancy services
- 72225000 - System quality assurance assessment and review services
- 72300000 - Data services
- 72310000 - Data-processing services
- 72311000 - Computer tabulation services
- 72311100 - Data conversion services
- 72312000 - Data entry services
- 72312100 - Data preparation services
- 72312200 - Optical character recognition services
- 72313000 - Data capture services
- 72314000 - Data collection and collation services
- 72315000 - Data network management and support services
- 72315100 - Data network support services
- 72315200 - Data network management services
- 72316000 - Data analysis services
- 72317000 - Data storage services
- 72318000 - Data transmission services
- 72319000 - Data supply services
- 72320000 - Database services
- 72321000 - Added-value database services
- 72322000 - Data management services
- 72330000 - Content or data standardization and classification services
- 73000000 - Research and development services and related consultancy services
- 73100000 - Research and experimental development services
- 73110000 - Research services
- 73120000 - Experimental development services
- 73200000 - Research and development consultancy services
- 73210000 - Research consultancy services
- 73220000 - Development consultancy services
- 73300000 - Design and execution of research and development
- 75000000 - Administration, defence and social security services
- 75100000 - Administration services
- 75110000 - General public services
- 75112000 - Administrative services for business operations
- 75120000 - Administrative services of agencies
- 75130000 - Supporting services for the government
- 75131000 - Government services
- 79100000 - Legal services
- 79110000 - Legal advisory and representation services
- 79111000 - Legal advisory services
- 79112000 - Legal representation services
- 79140000 - Legal advisory and information services
- 79200000 - Accounting, auditing and fiscal services
- 79210000 - Accounting and auditing services
- 79211000 - Accounting services
- 79211100 - Bookkeeping services
- 79211200 - Compilation of financial statements services
- 79212000 - Auditing services
- 79212100 - Financial auditing services
- 79212200 - Internal audit services
- 79212400 - Fraud audit services
- 79223000 - Custom broker services
- 79311400 - Economic research services
- 79313000 - Performance review services
- 79330000 - Statistical services
- 79342400 - Auction services
- 79342410 - Electronic auction services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79411000 - General management consultancy services
- 79412000 - Financial management consultancy services
- 79500000 - Office-support services
- 79510000 - Telephone-answering services
- 79511000 - Telephone operator services
- 79512000 - Call centre
- 79570000 - Mailing-list compilation and mailing services
- 79571000 - Mailing services
- 79620000 - Supply services of personnel including temporary staff
- 79621000 - Supply services of office personnel
- 79700000 - Investigation and security services
- 79720000 - Investigation services
- 79721000 - Detective agency services
- 79940000 - Collection agency services
- 79994000 - Contract administration services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement at the time of conclusion of the contract:
The provision of Managed Collection Services. Suppliers were required to provide a managed service of DCA Subcontractors to ensure all aspects of the Service Specification are delivered securely and to time and quality requirements, as well as in line with the Standards specified in the Framework Contract. Supplier’s receiving all cases from Buyers will distribute them to DCA Subcontractors.
Suppliers have provided a case management system and will add value to debt collection services through the effective use of data and analytics, and maintaining effective supplier, contract, and relationship management. Suppliers will deliver all the mandatory requirements as detailed in Framework Schedule 1 Specification.
CCS has awarded a Framework Contract to two (2) suppliers.
This competition resulted in the award of this Lot 1 Framework Contract by CCS, and a Lot 1 Call Off Contract by HMRC as detailed in the ITT documents.
HMRC seeks to award its Call-Off Contract for Lot 1 (Managed Collection Services) to the highest ranking supplier awarded a Framework Contract for Lot 1 (Managed Collection Services).
The award of HMRC’s Lot 1 Call-Off Contract cannot be made unless and until the Lot 1 Framework Contract has been executed and the Conditions Precedent, set out in the Framework Contract and HMRC’s Call-Off Contract, have been complied with by the Supplier.
All Lot 1 Bidders acknowledged and accepted that in submitting a tender for CCS’ Lot 1 Framework Contract and HMRC’s Lot 1 Call-Off Contract, that CCS must first award and execute the Framework Contracts before HMRC’s Call-Off Contract HMRC’s Lot 1 Call-Off Contract may be awarded and executed, under and in accordance with Framework Schedule 7 (Call-Off Award Procedure). All Lot 1 Bidders therefore agree that their tenders for HMRC’s Lot 1 Call-Off Contract shall remain open for
acceptance by HMRC until 90 days after the execution of the Lot 1 Framework Contracts by CCS and the Supplier.
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
48
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2022/S 000-000561
Section five. Award of contract/concession
Contract No
RM6226
Lot No
1
Title
Managed Debt Collection Services
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
14 December 2021
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
See the full supplier list within Contracts Finder
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £645,000,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 79940000 - Collection agency services
seven.1.3) Place of performance
NUTS code
- UK - United Kingdom
seven.1.4) Description of the procurement:
Crown Commercial Service has put in place an agreement for the provision of Debt Resolution Services
for use by all UK public sector bodies.
Debt Resolution Services (DRS) is a Multi-Lot Framework Agreement available for use by UK public
sector bodies and future successor organisations which includes Central Government Departments and
their arm’s length bodies and agencies, the wider public sector and third sector including, but not
limited to, local government, health, education, police, fire and rescue, housing associations and
charities.
This Framework Agreement replaces the Debt Management Integrator RM6180 Framework which has
now expired and the Debt Management Services RM6208 framework which will expire on 03/06/2022.
It is for delivery primarily within the United Kingdom, with some limited requirements overseas.
The key core services include:
• debt prevention services,
• managed debt collection services (managing multiple collection agencies),
• debt collection agency services (including International Collections),
• enforcement/warrant recovery services,
• debt analytics (including open-banking and complimentary data and analytics),
• data aggregation and analysis services,
• debt analytics/solutions software and integration,
• spend recovery analysis,
• debt business process outsourcing,
• fraud and error prevention and analysis,
• debt advice and guidance services.
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
60
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£645,000,000
seven.1.7) Name and address of the contractor/concessionaire
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
The modification extends the term of Lot 1 Managed Collection Services by twelve months. The end date changes from 13 December 2025 to 13 December 2026. No earlier modifications are relevant to this change.
seven.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
The modification is required due to urgent and unforeseen circumstances that have affected the Authority’s ability to conclude necessary arrangements within the original contract term. These circumstances could not reasonably have been anticipated at the time the framework was established.
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £645,000,000
Total contract value after the modifications
Value excluding VAT: £645,000,000