Notice Information

  • Notice Title

    Future Debt Solution

  • Notice Description

    DWP is procuring a Supplier to facilitate the development of a Debt Management System to meet DWP requirements using a current off the shelf platform to manage the recovery of debt and other monies owed to the Government. The work will include the Design, Configuration, Testing, support to Migration from the existing platform and Post Go Live Support. The Scope of the Service is to include: * Software as a Service (SaaS) Debt management solution to meet DWP functional and non-functional requirements * User friendly modern debt collection and management capabilities * Flexible and business user configurable * Hosted in the UK with 99.9% Availability * Scalable to meet projected growth in accounts and users * Innovative future roadmap * Implementation of a SaaS debt management solution * Design and configuration * Integration to DWP architecture * Migration of data from current solution * Testing and assurance * Training and knowledge transfer * Supplier project management * BAU support for a SaaS debt management solution * Service desk * System maintenance * Performance monitoring * Change management support The geographical scope of the Future Debt Solution will be for Great Britain and Northern Ireland. The Procurement process will consist of 5 stages detailed below with estimated dates: * Stage 1 Request to Participate (RTP)- by early December 2025 * Stage 2 Invitation to Clarification (ITC) - February 2026 * Stage 3 Clarification Phase - late March to May 2026 * Stage 4 Best and Final Offer (BAFO) - early June 2026 * Stage 5 Evaluation and Moderation - June to July 2026 Conditions of Participation will be set out in the Tender Notice and bids will be assessed based on legal, financial capacity and technical ability. DWP strongly advise that potential suppliers review the Conditions of Participation and the fundamental requirements carefully before compiling a full bid as failure to meet these requirements may result in your bid being excluded. Tender Documents will be obtained via DWP's e-procurement system. DWP is moving to a new e-procurement system (Atamis) on the 5th of September 2025, for source to contract activities. This procurement will be managed via the Atamis system. DWP will not be conducting any further Market Engagement in respect of this procurement, as DWP has recently conducted Market Engagement in respect of the services to be included in this procurement. This was completed and detailed in the previous notice above. Any Conditions of Participation that DWP require will be added to the Tender Notice.

  • Lot Information

    Lot 1

    Renewal: It is deemed the extensions will be granted in increments of up to 12 months to satisfy the further 36 months extension, should DWP decide to extend the contract.

  • Planning Information

    DWP have previously undertaken informal market engagement with a small select group of suppliers to explore the core Debt Management Systems capabilities in the market, this exercise helped the department consider what capabilities are standard in the market to ensure effective competition in a fair and transparent manner. In August 2024 DWP undertook initial early market engagement and in February/March 2025 undertook a “deeper dive” into the debt management system market to assess market level capability further and to determine whether and with what level of confidence the COTS market could meet DWPs needs. DWP used the Market Assessment to determine: 1) the Market’s ability to meet DWPs Functional Requirements 2) the Market’s ability to meet DWPs Non-Functional Requirements 3) the Market’s ability to deliver key Business Scenarios representative of DWPs more complex Functional Requirements 4) Indicative Delivery Timescales to deliver a solution that meets DWP’s needs, with an understanding of the risks, assumptions and dependencies surrounding these timescales 5) Supplier Delivery Costs which may be incurred in delivering a COTS solution and Operating Costs over the contract term Participating suppliers were sent two Information Requests which outlined Functional and Non-Functional Requirements and gave details of seven Business Scenarios which represented DWPs more complex functional requirements. Suppliers were asked to respond to the Information Requests and demonstrate in a Workshop how they would deliver the Business Scenarios as well as responding to questions on their delivery plans and timescales. Based on the Market Assessment DWP has concluded that the market for COTS debt management systems could meet its requirements. 1. Functional Requirements: we have a high degree of confidence that the market can meet DWPs Functional Requirements. 2. Non-Functional Requirements: we have a high degree of confidence that the market can meet DWPs Non-Functional Requirements. 3. Business Scenarios: A level of confidence that the Market could deliver DWP’s complex customer journeys. 4. Delivery Timescales: A level of confidence that DWP’s requirements could be met within 18 -24 months. DWP specific requirements are still evolving, and we will share our high-level requirements at a further virtual Supplier briefing which will take place on Wednesday 11th June 2025. Suppliers may register their interest in attending until 12:00hrs Thursday 5th June 2025. To receive the invitation to this event suppliers will need to contact stephen.wardle@DWP.gov.uk by 5th June 2025 when an NDA will be provided to be signed to gain access to the Event. NDAs will be required to be signed by yourselves by 12:00 on 10th June 2025.

Notice Details

  • Notice Details

    Open Contracting ID

    ocds-h6vhtk-051b05

    Publication Source

    Find A Tender Service

    Latest Notice

    https://www.find-tender.service.gov.uk/Notice/055087-2025

    Current Stage

    Planning

    All Stages

    Planning


    Notice Type

    UK3 - Planned Procurement Notice

    Procurement Type

    Standard

    Procurement Category

    Services

    Procurement Method

    Selective

    Procurement Method Details

    Competitive flexible procedure

    Tender Suitability

    SME, VCSE

    Awardee Scale

    Not specified

  • Common Procurement Vocabulary (CPV)

    CPV Divisions

    48 - Software package and information systems

    72 - IT services: consulting, software development, Internet and support


    CPV Codes

    48100000 - Industry specific software package

    48442000 - Financial systems software package

    72212440 - Financial analysis and accounting software development services

  • Notice Value(s)

    Tender Value

    £66,500,000 £10M-£100M

    Lots Value

    £66,500,000 £10M-£100M

    Awards Value

    Not specified

    Contracts Value

    Not specified

  • Notice Dates

    Publication Date

    9 Sep 20254 weeks ago

    Submission Deadline

    Not specified

    Future Notice Date

    9 Dec 20253 months to go

    Award Date

    Not specified

    Contract Period

    6 Jan 2027 - 5 Jan 2035 Over 5 years

    Recurrence

    Not specified

  • Notice Status

    Tender Status

    Planned

    Lots Status

    Planned

    Awards Status

    Not Specified

    Contracts Status

    Not Specified

Buyer & Supplier

  • Contracting Authority (Buyer)

    Main Buyer

    DEPARTMENT FOR WORK & PENSIONS

    Additional Buyers

    DEPARTMENT FOR WORK AND PENSIONS

    Contact Name

    Not specified

    Contact Email

    cd.digitalchannels@dwp.gov.uk

    Contact Phone

    Not specified

    Buyer Location

    Locality

    LONDON

    Postcode

    SW1H 9NA

    Post Town

    South West London

    Country

    England


    Major Region (ITL 1)

    TLI London

    Basic Region (ITL 2)

    TLI3 Inner London - West

    Small Region (ITL 3)

    TLI35 Westminster and City of London

    Delivery Location

    Not specified


    Local Authority

    Westminster

    Electoral Ward

    St James's

    Westminster Constituency

    Cities of London and Westminster


Further Information

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

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-h6vhtk-051b05-2025-09-09T15:10:41+01:00",
    "date": "2025-09-09T15:10:41+01:00",
    "ocid": "ocds-h6vhtk-051b05",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PJCP-7274-TLRQ",
            "name": "Department for Work & Pensions",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PJCP-7274-TLRQ"
            },
            "address": {
                "streetAddress": "Caxton House 7th Floor 6-12 Tothill Street",
                "locality": "London",
                "postalCode": "SW1H 9NA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "CD.digitalchannels@dwp.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PJCP-7274-TLRQ",
        "name": "Department for Work & Pensions"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "DWP have previously undertaken informal market engagement with a small select group of suppliers to explore the core Debt Management Systems capabilities in the market, this exercise helped the department consider what capabilities are standard in the market to ensure effective competition in a fair and transparent manner. In August 2024 DWP undertook initial early market engagement and in February/March 2025 undertook a \"deeper dive\" into the debt management system market to assess market level capability further and to determine whether and with what level of confidence the COTS market could meet DWPs needs. DWP used the Market Assessment to determine: 1) the Market's ability to meet DWPs Functional Requirements 2) the Market's ability to meet DWPs Non-Functional Requirements 3) the Market's ability to deliver key Business Scenarios representative of DWPs more complex Functional Requirements 4) Indicative Delivery Timescales to deliver a solution that meets DWP's needs, with an understanding of the risks, assumptions and dependencies surrounding these timescales 5) Supplier Delivery Costs which may be incurred in delivering a COTS solution and Operating Costs over the contract term Participating suppliers were sent two Information Requests which outlined Functional and Non-Functional Requirements and gave details of seven Business Scenarios which represented DWPs more complex functional requirements. Suppliers were asked to respond to the Information Requests and demonstrate in a Workshop how they would deliver the Business Scenarios as well as responding to questions on their delivery plans and timescales. Based on the Market Assessment DWP has concluded that the market for COTS debt management systems could meet its requirements. 1. Functional Requirements: we have a high degree of confidence that the market can meet DWPs Functional Requirements. 2. Non-Functional Requirements: we have a high degree of confidence that the market can meet DWPs Non-Functional Requirements. 3. Business Scenarios: A level of confidence that the Market could deliver DWP's complex customer journeys. 4. Delivery Timescales: A level of confidence that DWP's requirements could be met within 18 -24 months. DWP specific requirements are still evolving, and we will share our high-level requirements at a further virtual Supplier briefing which will take place on Wednesday 11th June 2025. Suppliers may register their interest in attending until 12:00hrs Thursday 5th June 2025. To receive the invitation to this event suppliers will need to contact stephen.wardle@DWP.gov.uk by 5th June 2025 when an NDA will be provided to be signed to gain access to the Event. NDAs will be required to be signed by yourselves by 12:00 on 10th June 2025.",
                "dueDate": "2025-06-20T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "023986-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/023986-2025",
                "datePublished": "2025-05-21T14:26:09+01:00",
                "format": "text/html"
            },
            {
                "id": "029329-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/029329-2025",
                "datePublished": "2025-06-02T18:30:30+01:00",
                "format": "text/html"
            },
            {
                "id": "029508-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/029508-2025",
                "datePublished": "2025-06-03T13:45:59+01:00",
                "format": "text/html"
            },
            {
                "id": "053438-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/053438-2025",
                "datePublished": "2025-09-03T10:48:39+01:00",
                "format": "text/html"
            },
            {
                "id": "055087-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/055087-2025",
                "datePublished": "2025-09-09T15:10:41+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "Project_26685",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Future Debt Solution",
        "description": "DWP is procuring a Supplier to facilitate the development of a Debt Management System to meet DWP requirements using a current off the shelf platform to manage the recovery of debt and other monies owed to the Government. The work will include the Design, Configuration, Testing, support to Migration from the existing platform and Post Go Live Support. The Scope of the Service is to include: * Software as a Service (SaaS) Debt management solution to meet DWP functional and non-functional requirements * User friendly modern debt collection and management capabilities * Flexible and business user configurable * Hosted in the UK with 99.9% Availability * Scalable to meet projected growth in accounts and users * Innovative future roadmap * Implementation of a SaaS debt management solution * Design and configuration * Integration to DWP architecture * Migration of data from current solution * Testing and assurance * Training and knowledge transfer * Supplier project management * BAU support for a SaaS debt management solution * Service desk * System maintenance * Performance monitoring * Change management support The geographical scope of the Future Debt Solution will be for Great Britain and Northern Ireland. The Procurement process will consist of 5 stages detailed below with estimated dates: * Stage 1 Request to Participate (RTP)- by early December 2025 * Stage 2 Invitation to Clarification (ITC) - February 2026 * Stage 3 Clarification Phase - late March to May 2026 * Stage 4 Best and Final Offer (BAFO) - early June 2026 * Stage 5 Evaluation and Moderation - June to July 2026 Conditions of Participation will be set out in the Tender Notice and bids will be assessed based on legal, financial capacity and technical ability. DWP strongly advise that potential suppliers review the Conditions of Participation and the fundamental requirements carefully before compiling a full bid as failure to meet these requirements may result in your bid being excluded. Tender Documents will be obtained via DWP's e-procurement system. DWP is moving to a new e-procurement system (Atamis) on the 5th of September 2025, for source to contract activities. This procurement will be managed via the Atamis system. DWP will not be conducting any further Market Engagement in respect of this procurement, as DWP has recently conducted Market Engagement in respect of the services to be included in this procurement. This was completed and detailed in the previous notice above. Any Conditions of Participation that DWP require will be added to the Tender Notice.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48100000",
                        "description": "Industry specific software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48442000",
                        "description": "Financial systems software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212440",
                        "description": "Financial analysis and accounting software development services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 79800000,
            "amount": 66500000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-01-06T00:00:00Z",
                    "endDate": "2035-01-05T23:59:59Z",
                    "maxExtentDate": "2038-01-05T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "planned",
                "value": {
                    "amountGross": 79800000,
                    "amount": 66500000,
                    "currency": "GBP"
                },
                "renewal": {
                    "description": "It is deemed the extensions will be granted in increments of up to 12 months to satisfy the further 36 months extension, should DWP decide to extend the contract."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-12-09T23:59:59Z"
        },
        "status": "planned",
        "amendments": [
            {
                "id": "029508-2025",
                "description": "1. Update to Engagement section asking for request to attend by 12:00 of 5th June from 12:00 6th of June"
            },
            {
                "id": "055087-2025",
                "description": "WE have added details of how to access Atamis in order to bid. The added text reads Suppliers will be able to access the supplier portal following the directions provided on the Gov.uk website (Procurement at DWP - Department for Work and Pensions - GOV.UK. ) For extra support, direct suppliers to the Atamis support website: (https://suppliersupport.atamis.co.uk/hc/en-gb). Please also refer to the commercial hub for information : (New eProcurement System Hub). A supplier video is also available on the hub site."
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The Procurement process will consist of 5 stages detailed below with estimated dates: * Stage 1 Request to Participate (RTP)- by early December 2025 * Stage 2 Invitation to Clarification (ITC) - February 2026 * Stage 3 Clarification Phase - late March to May 2026 * Stage 4 Best and Final Offer (BAFO) - early June 2026 * Stage 5 Evaluation and Moderation - June to July 2026 The 5 stages will consist of the following activity: * Stage 1 RTP - will consist of questions relating to the Supplier and their Bidding model, Participation Requirements and details of conflicts of interest as well as Key technical Participation Requirements and details of the suppliers Technical Experience. * Stage 2 ITC - As a result of the RTP up to 5 suppliers will be invited in February 2026 to submit an Invitation to Clarification (ITC) where Technical, Social Value and Commercial Questions will be asked but not scored. * Stage 3 Clarification Phase - Suppliers responses to the ITC will be reviewed and areas for Clarification identified which will be discussed 1 to1 with suppliers over 2 rounds of clarification. * Stage 4 BAFO - As a result of the Clarification Phase consolidated feedback of clarifications and an updated Tender Documents will be issued (which may be amended based on clarifications) based on the previous ITC to provide a BAFO. * Stage 5 Evaluation and Moderation - Responses to the revised Tender ITT documents will be Evaluated and Moderated to identify a preferred bidder. Suppliers will be able to access the supplier portal following the directions provided on the Gov.uk website (Procurement at DWP - Department for Work and Pensions - GOV.UK. ) For extra support, direct suppliers to the Atamis support website: (https://suppliersupport.atamis.co.uk/hc/en-gb). Please also refer to the commercial hub for information : (New eProcurement System Hub). A supplier video is also available on the hub site."
        },
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-01-21T13:00:00Z",
        "awardPeriod": {
            "endDate": "2026-11-26T23:59:59Z"
        }
    },
    "language": "en"
}