Notice Information
Notice Title
TD2291 - Debt Resolution Services
Notice 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 PS100,000 while lot three is estimated at PS45,000, 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 PS100,000 and Lot three by an additional PS45,000. 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.
Lot Information
Enforcement Services
To supply the enforcement services to Derby City Council
Renewal: 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
Litigation ServicesThe supply of Litigation Services to the Derby City Council ("the Council")
Renewal: 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
Data Analytic ServicesThe supply of Data Analytic Services to Derby City Council ("the Council")
Renewal: 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
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-054de9
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/080705-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- 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
72 - IT services: consulting, software development, Internet and support
75 - Administration, defence and social security services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
72316000 - Data analysis services
75100000 - Administration services
75242110 - Bailiff services
79940000 - Collection agency services
Notice Value(s)
- Tender Value
- £145,000 £100K-£500K
- Lots Value
- £145,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Dec 20252 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- 22 Sep 2025Expired
- Award Date
- Not specified
- Contract Period
- 1 Jul 2026 - 1 Jul 2028 2-3 years
- Recurrence
- 2029-01-01
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DERBY CITY COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@derby.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- DERBY
- Postcode
- DE1 2FS
- Post Town
- Derby
- Country
- England
-
- Major Region (ITL 1)
- TLF East Midlands (England)
- Basic Region (ITL 2)
- TLF1 Derbyshire and Nottinghamshire
- Small Region (ITL 3)
- TLF11 Derby
- Delivery Location
- TLF11 Derby
-
- Local Authority
- Derby
- Electoral Ward
- Darley
- Westminster Constituency
- Derby South
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/080705-2025
8th December 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/042352-2025
23rd July 2025 - Pipeline notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/032812-2025
17th June 2025 - Pipeline notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/032806-2025
17th June 2025 - Pipeline notice on Find a Tender
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-054de9-2025-12-08T15:18:14Z",
"date": "2025-12-08T15:18:14Z",
"ocid": "ocds-h6vhtk-054de9",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "032806-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/032806-2025",
"datePublished": "2025-06-17T09:52:38+01:00",
"format": "text/html"
},
{
"id": "032812-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/032812-2025",
"datePublished": "2025-06-17T09:59:02+01:00",
"format": "text/html"
},
{
"id": "042352-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/042352-2025",
"datePublished": "2025-07-23T12:53:54+01:00",
"format": "text/html"
}
]
},
"parties": [
{
"id": "GB-PPON-PQVM-1383-ZBXP",
"name": "Derby City Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PQVM-1383-ZBXP"
},
"address": {
"streetAddress": "The Council House - Corporation Street",
"locality": "Derby",
"postalCode": "DE1 2FS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF11"
},
"contactPoint": {
"email": "procurement@derby.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
],
"url": "https://www.derby.gov.uk/"
}
}
],
"buyer": {
"id": "GB-PPON-PQVM-1383-ZBXP",
"name": "Derby City Council"
},
"tender": {
"id": "P557 / TD2291",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "TD2291 - Debt Resolution Services",
"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 PS100,000 while lot three is estimated at PS45,000, 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 PS100,000 and Lot three by an additional PS45,000. 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.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75242110",
"description": "Bailiff services"
},
{
"scheme": "CPV",
"id": "79940000",
"description": "Collection agency services"
}
],
"deliveryAddresses": [
{
"region": "UKF11",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF11",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF11",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF11",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75100000",
"description": "Administration services"
}
],
"deliveryAddresses": [
{
"region": "UKF11",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72316000",
"description": "Data analysis services"
}
],
"deliveryAddresses": [
{
"region": "UKF11",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3"
}
],
"procurementMethodDetails": "Competitive flexible procedure",
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2026-07-02T00:00:00+01:00",
"endDate": "2028-07-01T23:59:59+01:00",
"maxExtentDate": "2031-07-01T23:59:59+01:00"
},
"hasRenewal": true,
"status": "active",
"title": "Enforcement Services",
"description": "To supply the enforcement services to Derby City Council",
"value": {
"amountGross": 0,
"amount": 0,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"description": "* 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.",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"renewal": {
"description": "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"
}
},
{
"id": "2",
"title": "Litigation Services",
"description": "The supply of Litigation Services to the Derby City Council (\"the Council\")",
"status": "active",
"value": {
"amountGross": 120000,
"amount": 100000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"description": "* Price - 50% * Quality - 50%",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-07-02T00:00:00+01:00",
"endDate": "2028-07-01T23:59:59+01:00",
"maxExtentDate": "2031-07-01T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "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"
}
},
{
"id": "3",
"title": "Data Analytic Services",
"description": "The supply of Data Analytic Services to Derby City Council (\"the Council\")",
"status": "active",
"value": {
"amountGross": 54000,
"amount": 45000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"description": "* Price - 50% * Quality - 50%",
"forReduction": true
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-07-02T00:00:00+01:00",
"endDate": "2028-07-01T23:59:59+01:00",
"maxExtentDate": "2031-07-01T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "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"
}
}
],
"communication": {
"futureNoticeDate": "2025-09-22T23:59:59+01:00"
},
"status": "active",
"amendments": [
{
"id": "042352-2025",
"description": "Amended estimated tender dates"
}
],
"value": {
"amountGross": 174000,
"amount": 145000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procedure": {
"features": "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."
},
"coveredBy": [
"GPA"
],
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withoutReopeningCompetition",
"type": "closed",
"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%"
}
},
"submissionMethodDetails": "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.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2026-01-27T12:00:00Z",
"awardPeriod": {
"endDate": "2026-02-27T23:59:59Z"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "080705-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/080705-2025",
"datePublished": "2025-12-08T15:18:14Z",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2029-01-01T23:59:59Z"
}
]
}
},
"language": "en"
}