Notice Information
Notice Title
Future Debt Solution
Notice Description
The Department for Work and Pensions (DWP) ("the Authority") has an obligation to protect public funds and to ensure wherever possible, overpayment and penalty debt is recovered subject to legislative limitations and safeguards. It is Government policy to recover all debt where it is reasonable and cost effective to do so without causing undue financial hardship to debtors. The DWP is undertaking a competitive flexible procedure to appoint a supplier to provide a commercial off the shelf (COTS) software as a service (SaaS) debt management system to meet DWP requirements and manage the recovery of debt and other monies owed to the Government, allowing the DWP to recover over PS2billion of debt annually. The contract will include the design, configuration, testing, support to migration from the existing platform and post go live support. The duration of the contract will be up to 8 years (Initial Term) with the option to extend the Initial Term by one or more extension periods provided that the aggregate of any such extensions is no greater than 36 months. The estimated value of the contract over the Initial Term of the contract (8 years) is up to PS47,000,000.00 (excluding VAT). This figure has been calculated from past and forecasted spend and shall not be taken by Suppliers as a commitment or a forecast of likely revenue. The estimated total contract value (inclusive of any options) is up to PS79,800,000.00 million (excluding VAT). This value has been calculated based on indicative volumes provided within the specification and any future initiatives and optional services. The total published contract value as published in this Tender Notice (UK4) is an indication to the market of the maximum amount which could be spent through this contract and shall not be taken by Suppliers as a commitment or a forecast of likely revenue. The supplier will support the implementation of the SaaS system and provide support for any future upgrades and modifications in-life. The scope of the SaaS includes: * 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.
Lot Information
Lot 1
Options: Optional services are defined as services that are not part of the core deliverables and will only be implemented at DWP's discretion, subject to the appropriate contract modification process, and in-line with Procurement Act 2023.
Renewal: The duration of the contract will be up to 8 years (Initial Term) with the option to extend the Initial Term by one or more extension periods provided that the aggregate of any such extensions is no greater than 36 months. Any extensions will be at the sole discretion of the Authority.
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
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-051b05
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/000698-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender 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
- £79,800,000 £10M-£100M
- Lots Value
- £79,800,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 Jan 20261 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- 7 Jan 2026Expired
- Award Date
- Not specified
- Contract Period
- 14 Jan 2027 - 13 Jan 2035 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT FOR WORK & PENSIONS
- Additional Buyers
- 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
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/000698-2026
6th January 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/080710-2025
8th December 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/055087-2025
9th September 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/053438-2025
3rd September 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/029508-2025
3rd June 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/029329-2025
2nd June 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/023986-2025
21st May 2025 - Preliminary market engagement notice on Find a Tender
Notice URLs
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-051b05-2026-01-06T14:11:27Z",
"date": "2026-01-06T14:11:27Z",
"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": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"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"
},
{
"id": "080710-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/080710-2025",
"datePublished": "2025-12-08T15:27:07Z",
"format": "text/html"
}
]
},
"tender": {
"id": "project_26685, C8618",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Future Debt Solution",
"description": "The Department for Work and Pensions (DWP) (\"the Authority\") has an obligation to protect public funds and to ensure wherever possible, overpayment and penalty debt is recovered subject to legislative limitations and safeguards. It is Government policy to recover all debt where it is reasonable and cost effective to do so without causing undue financial hardship to debtors. The DWP is undertaking a competitive flexible procedure to appoint a supplier to provide a commercial off the shelf (COTS) software as a service (SaaS) debt management system to meet DWP requirements and manage the recovery of debt and other monies owed to the Government, allowing the DWP to recover over PS2billion of debt annually. The contract will include the design, configuration, testing, support to migration from the existing platform and post go live support. The duration of the contract will be up to 8 years (Initial Term) with the option to extend the Initial Term by one or more extension periods provided that the aggregate of any such extensions is no greater than 36 months. The estimated value of the contract over the Initial Term of the contract (8 years) is up to PS47,000,000.00 (excluding VAT). This figure has been calculated from past and forecasted spend and shall not be taken by Suppliers as a commitment or a forecast of likely revenue. The estimated total contract value (inclusive of any options) is up to PS79,800,000.00 million (excluding VAT). This value has been calculated based on indicative volumes provided within the specification and any future initiatives and optional services. The total published contract value as published in this Tender Notice (UK4) is an indication to the market of the maximum amount which could be spent through this contract and shall not be taken by Suppliers as a commitment or a forecast of likely revenue. The supplier will support the implementation of the SaaS system and provide support for any future upgrades and modifications in-life. The scope of the SaaS includes: * 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.",
"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"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 95760000,
"amount": 79800000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-01-14T00:00:00Z",
"endDate": "2035-01-13T23:59:59Z",
"maxExtentDate": "2038-01-13T23:59:59Z"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 95760000,
"amount": 79800000,
"currency": "GBP"
},
"renewal": {
"description": "The duration of the contract will be up to 8 years (Initial Term) with the option to extend the Initial Term by one or more extension periods provided that the aggregate of any such extensions is no greater than 36 months. Any extensions will be at the sole discretion of the Authority."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Deployment",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Risk Management",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Account Management",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "System Capability",
"numbers": [
{
"number": 17.5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "System Flexibility",
"numbers": [
{
"number": 17.5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Alignment to DWP priorities",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Integration",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Deployment Facilitation",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Legal The Authority is using the GOV.UK Model Services Contract (MSC) as the basis for this Contract, amended only to the extent required to accommodate the specific needs of this procurement, and to incorporate the Tender response of the preferred Supplier. Financial The Supplier is required to complete the Financial Viability Risk Assessment (FVRA) tool as part of their Tender response."
},
{
"type": "technical",
"description": "Suppliers must score a minimum of 55 in every question (apart from Social Value where the minimum is 25 in every Social Value question) to progress. Suppliers who do not achieve the minimum score of 55 in every question (apart from Social Value) will be excluded and will not be invited to the next stage of the process. The Supplier must confirm that any proposed solution will be UK-shored in a dedicated cloud environment, compliant with: a) The Authority's procurement policies and procedures including the security policies and standards detailed within the following links:https://www.gov.uk/government/collections/dwp-procurement-policies-and-procedures; and https://www.gov.uk/government/publications/dwp-procurement-security-policies-and-standards. b) HMG security policy framework detailed within the following link:https://www.gov.uk/government/publications/security-policy-framework/hmg-security-policy-framework. c) National Institute of Standards and Technology (NIST) and National Cyber Security Centre (NCSC) standards. d) The Public Sector Bodies (Websites and Mobile Applications) (No.2) Accessibility Regulations 2018'in line with the HM Government's Technology Code of Practice point 2 detailed in the following link: https://www.gov.uk/guidance/make-things-accessiblewhich currently requires WCAG 2.2 AA standard as a minimum."
},
{
"description": "Suppliers will be invited to submit tenders at stage 2 (Initial Tender) and stage 4 (Final Tender) based on their scoring position within stage 1 (Request to Participate). The top 5 Suppliers will be invited to tender if they achieve the minimum thresholds for the Key Technical Participation Requirement Questions and do not fail any sections of the Procurement Specific Questionnaire (PSQ) or the Key Procurement Specific Participation Requirements.",
"forReduction": true
}
]
},
"hasOptions": true,
"options": {
"description": "Optional services are defined as services that are not part of the core deliverables and will only be implemented at DWP's discretion, subject to the appropriate contract modification process, and in-line with Procurement Act 2023."
}
}
],
"communication": {
"futureNoticeDate": "2026-01-07T23:59:59Z"
},
"status": "active",
"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."
},
{
"id": "080710-2025",
"description": "Changes made to this notice include: - Timings - Updates to CFP Tender Stages - Demonstration activity added to Stage 4 Final Tender"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "DWP is conducting this procurement via a Competitive Flexible Procedure in accordance with the requirements of the Procurement Act 2023. The procurement will consist of 5 stages. The stages of this Competitive Flexible Procedure are as follows: Stage 1 - Request to Participate (RTP). This stage commences with the issuing of this Tender Notice. A Procurement Specific Questionnaire (PSQ) is available on the Portal which all Suppliers are required to complete in accordance with the Procurement Timetable and instructions within the Instructions to Suppliers (ITS) document, as well as passing the Key Procurement Specific Participation Requirements and achieving the minimum thresholds for the Key Technical Participation Requirements Questions. Stage 2 - Initial Tender. As a result of the RTP, up to 5 supplies will be invited to submit an Initial Tender where Technical, Social Value and Commercial questions will be asked but not scored. Stage 3 - Clarification Phase. Suppliers' responses to the Initial Tender will be reviewed and areas for Clarification identified which will be discussed 1 to 1 with suppliers over 2 rounds of clarification (first round for Technical and second round for Commercial). Stage 4 - Final Tender and Demonstrations. As a result of the Clarification Phase, consolidated feedback and updated Tender documents will be issued (which may be amended based on clarifications). Suppliers will be invited to submit their Final Tender. Suppliers who have submitted compliant tenders will be invited to a Demonstration session, where they will demonstrate their solution based on an agenda provided in the Tender documents, enabling DWP to verify that the requirements and proposed solution can be delivered. Stage 5 - Evaluation and Moderation. Responses to the Final Tender will be evaluated and moderated to identify the Supplier who has submitted the Most Advantageous Tender (MAT). Compliant tenders will be evaluated on a Weighted Value for Money Index (WVFMI) basis where a ratio of 60:40 (quality:cost) weighting (i.e. ^1.5) has been selected for this procurement. The Award Criteria is explained further within the ITS."
},
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2026-02-12T12:00:00Z",
"awardPeriod": {
"endDate": "2026-12-01T23:59:59Z"
},
"submissionMethodDetails": "Suppliers who wish to participate in public procurements are required to register on the Government's Central Digital Platform (CDP). The CDP is available at https://www.gov.uk/find-tender. This procurement will be conducted electronically via the Portal. All communications with the Authority must be conducted via the Portal, which can be accessed here: https://dwp2.my.site.com/s/Welcome. Suppliers must ensure they are registered on the Portal to gain access to the procurement documentation, which contains full details of the requirement. If not already registered, Suppliers can register here: https://dwp2.my.site.com/ProSpend__eSourcing_Community_Registration?locale=uk",
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "000698-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/000698-2026",
"datePublished": "2026-01-06T14:11:27Z",
"format": "text/html"
}
],
"riskDetails": "The Authority has identified the following known risks which satisfy the description at paragraph 6(a) of Schedule 8 of the Procurement Act 2023, because if they arise, either individually or otherwise, they could jeopardise the satisfactory performance of the contract and, because of their nature, cannot be addressed unambiguously in the contract as awarded. They are therefore intended to be permitted modifications pursuant to Schedule 8 Procurement Act 2023: a) significant change in volumes of debt stock and debtors b) future Government initiatives in relation to debt recovery or changes to policy in relation to debt recovery c) any optional services or future innovations that become available within the solution at a later date d) Inflation - unexpected increases in the Consumer Price Index (CPI) which may significantly raise the cost of delivering the contracted services, potentially rendering the contract financially unviable over time. e) Departmental reprioritisation - there is a risk that changes in Government policy, ministerial priorities, or funding allocations particularly following a General Election, departmental restructuring or HM Treasury spending reviews may significantly impact the delivery of debt recovery services."
},
"language": "en"
}