Tender

Provision of an External Legal Provider to advise on Debt Recovery Services

LONDON BOROUGH OF CAMDEN

This public procurement record has 1 release in its history.

Tender

17 Apr 2019 at 15:54

Summary of the contracting process

The London Borough of Camden is seeking proposals for the "Provision of an External Legal Provider to advise on Debt Recovery Services". This procurement falls under the legal services category and is located in London, England. The procurement is currently in the Tender stage, with submissions due by 10 May 2019. The contract is set to commence on 9 July 2019 and will run until 31 March 2022, with an option for extension until 31 March 2024. The process will adhere to the Light Touch Regime using an Open approach, encouraging transparency and participation from a broad range of bidders.

This tender presents significant opportunities for legal firms specialising in debt recovery, particularly those experienced in working with local government contracts. Companies capable of delivering complex legal advice across a variety of debt types—including social care debts, tenant arrears, and estate management—will be well-positioned to compete. SMEs in the legal services sector may find this procurement particularly suitable, as the Council seeks to maintain continuity of service while also inviting fresh talent to manage and recover debts effectively from the designated start date.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of an External Legal Provider to advise on Debt Recovery Services

Notice Description

The procurement will be undertaken using the "Light Touch Regime" Procedure and will follow an "Open" process (one-stage) approach. The service will provide advice on the following debt types: Sundry Debtors; Adult Social Care; Housing Benefit Overpayments; Leaseholders Services; Former Tenants Arrears; Current Tenants Arrears; Commercial and Residential Rent; Management and recovery of costs from deceased estates and Housing investigations. The Provider will provide specialist legal advice in complex cases and provide training and training materials to Council staff. The expiry date of the current contract is 8 July 2019, the new service and contract will commence from 9 July 2019. To ensure there is continuity of service, the two-step approach outlined below has been agreed by the Council: Step 1: Should the incumbent Provider be successful in the tendering process, the new service and contract will commence on 9 July 2019, as I.T. requirements will remain unchanged. The initial contract term will be 9 July 2019 to 31 March 2022. If the contract extension is applied, the contract expiry date will be 31 March 2024. Step 2: If a new Provider is appointed, the Council has taken the decision to extend the current arrangement with the incumbent Provider for up to nine (9) months from 9 July 2019 to 31 March 2020, and all current debts will remain with the incumbent Provider. During this period, the new Provider will ensure that all I.T. related requirements have been fully tested and implemented by 31 December 2019. This process will enable the new provider to be prepared to receive instruction from the Council to recover all new debts and provide advice from 1 April 2020 to 31 March 2023. If the contract extension is agreed, the new Provider will provide the service until the contract expiry date of 31 March 2025. To confirm, the above approach is required to align the service in line with the financial year. A panel of Council Officers will evaluate all aspects of the final tender submission and a representative from ASH will be present for the presentation. The Quality Criterion is as follows: Implementation plan (5%), Service Delivery and Communications (25%), Staffing Structure (3%), Contract Performance and Outcomes Management (7%), Internal training and materials (3%), Social value (3%) and Demonstration of ICT systems' for organisations that have been shortlisted (4%). PLEASE SEE TENDER DOCUMENTS IN EU SUPPLY (WWW.EU-SUPPLY.COM). Additional information: The Invitation to Tender (ITT), Contract terms and conditions, Form of Tender, Specification and Pricing Schedule and other supporting information has been attached to EU Supply for bidders to complete. After the deadline for returned electronic submissions has expired, the evaluation process of the Selection stage will be undertaken. Tenderers who are successful from the Selection stage will be invited into the award stage and their submissions will be evaluated. After final moderation of the tender responses, the Most Economically Advantageous Tender (MEAT) will be recommended to perform the service; however, we reserve the right not to award using MEAT approach should it provide undue risk to the Authority. Unsuccessful providers will be informed of the outcome via the messaging system on EU Supply and the 10 voluntary standstill period will commence. A panel of Council Officers will evaluate all aspects of the final tender submission. PLEASE SEE TENDER DOCUMENTS IN EU SUPPLY (WWW.EU-SUPPLY.COM). After the standstill period has expired, the successful Provider will be confirmed in writing and the Contract Award Notice will be issued and entered on Contracts Finder. The quality / price split is 50 / 50 % The tender opportunity went live on TED (via EU Supply) on 06 April 2019. However, due to a technical problem, the opportunity was not posted on to Contract Finder. This has now been resolved.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-06f20f0d-f65d-48ce-bd25-1fe1fd12b3ed
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/5555473f-640e-4825-96f4-53cdb7c5ca36
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Other - Light Touch Regime (LTR)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79100000 - Legal services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Apr 20196 years ago
Submission Deadline
10 May 2019Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
8 Jul 2019 - 31 Mar 2022 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LONDON BOROUGH OF CAMDEN
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
WC1H 9JE
Post Town
Central London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI36 Camden
Delivery Location
TLI London

Local Authority
Camden
Electoral Ward
King's Cross
Westminster Constituency
Holborn and St Pancras

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-06f20f0d-f65d-48ce-bd25-1fe1fd12b3ed-2019-04-17T16:54:29+01:00",
    "date": "2019-04-17T16:54:29+01:00",
    "ocid": "ocds-b5fd17-06f20f0d-f65d-48ce-bd25-1fe1fd12b3ed",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "Provision of an External Legal Provider to advise on Debt Recovery Services",
        "title": "Provision of an External Legal Provider to advise on Debt Recovery Services",
        "description": "The procurement will be undertaken using the \"Light Touch Regime\" Procedure and will follow an \"Open\" process (one-stage) approach. The service will provide advice on the following debt types: Sundry Debtors; Adult Social Care; Housing Benefit Overpayments; Leaseholders Services; Former Tenants Arrears; Current Tenants Arrears; Commercial and Residential Rent; Management and recovery of costs from deceased estates and Housing investigations. The Provider will provide specialist legal advice in complex cases and provide training and training materials to Council staff. The expiry date of the current contract is 8 July 2019, the new service and contract will commence from 9 July 2019. To ensure there is continuity of service, the two-step approach outlined below has been agreed by the Council: Step 1: Should the incumbent Provider be successful in the tendering process, the new service and contract will commence on 9 July 2019, as I.T. requirements will remain unchanged. The initial contract term will be 9 July 2019 to 31 March 2022. If the contract extension is applied, the contract expiry date will be 31 March 2024. Step 2: If a new Provider is appointed, the Council has taken the decision to extend the current arrangement with the incumbent Provider for up to nine (9) months from 9 July 2019 to 31 March 2020, and all current debts will remain with the incumbent Provider. During this period, the new Provider will ensure that all I.T. related requirements have been fully tested and implemented by 31 December 2019. This process will enable the new provider to be prepared to receive instruction from the Council to recover all new debts and provide advice from 1 April 2020 to 31 March 2023. If the contract extension is agreed, the new Provider will provide the service until the contract expiry date of 31 March 2025. To confirm, the above approach is required to align the service in line with the financial year. A panel of Council Officers will evaluate all aspects of the final tender submission and a representative from ASH will be present for the presentation. The Quality Criterion is as follows: Implementation plan (5%), Service Delivery and Communications (25%), Staffing Structure (3%), Contract Performance and Outcomes Management (7%), Internal training and materials (3%), Social value (3%) and Demonstration of ICT systems' for organisations that have been shortlisted (4%). PLEASE SEE TENDER DOCUMENTS IN EU SUPPLY (WWW.EU-SUPPLY.COM). Additional information: The Invitation to Tender (ITT), Contract terms and conditions, Form of Tender, Specification and Pricing Schedule and other supporting information has been attached to EU Supply for bidders to complete. After the deadline for returned electronic submissions has expired, the evaluation process of the Selection stage will be undertaken. Tenderers who are successful from the Selection stage will be invited into the award stage and their submissions will be evaluated. After final moderation of the tender responses, the Most Economically Advantageous Tender (MEAT) will be recommended to perform the service; however, we reserve the right not to award using MEAT approach should it provide undue risk to the Authority. Unsuccessful providers will be informed of the outcome via the messaging system on EU Supply and the 10 voluntary standstill period will commence. A panel of Council Officers will evaluate all aspects of the final tender submission. PLEASE SEE TENDER DOCUMENTS IN EU SUPPLY (WWW.EU-SUPPLY.COM). After the standstill period has expired, the successful Provider will be confirmed in writing and the Contract Award Notice will be issued and entered on Contracts Finder. The quality / price split is 50 / 50 % The tender opportunity went live on TED (via EU Supply) on 06 April 2019. However, due to a technical problem, the opportunity was not posted on to Contract Finder. This has now been resolved.",
        "datePublished": "2019-04-17T16:54:29+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "79100000",
            "description": "Legal services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethodDetails": "Other - Light Touch Regime (LTR)",
        "tenderPeriod": {
            "endDate": "2019-05-10T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2019-07-09T00:00:00+01:00",
            "endDate": "2022-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/5555473f-640e-4825-96f4-53cdb7c5ca36",
                "datePublished": "2019-04-17T16:54:29+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Link to TED notice",
                "url": "https://ted.europa.eu/udl?uri=TED:NOTICE:165400-2019:TEXT:EN:HTML&src=0"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-109577",
            "name": "LONDON BOROUGH OF CAMDEN",
            "identifier": {
                "legalName": "LONDON BOROUGH OF CAMDEN"
            },
            "address": {
                "streetAddress": "Kings Cross",
                "locality": "LONDON",
                "postalCode": "WC1H9JE",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Stephen Spencer",
                "email": "stephen.spencer@camden.gov.uk",
                "telephone": "020 7974 8377"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-109577",
        "name": "LONDON BOROUGH OF CAMDEN"
    }
}