RM6226 Debt Resolution Services - Lot 1

A Modification Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Contract (Services)
Duration
4 year
Value
£645M
Sector
TECHNOLOGY
Published
22 Dec 2025
Delivery
To 22 Dec 2029 (est.)
Deadline
n/a

Related Terms

Location

Liverpool

Geochart for 2 buyers and 1 suppliers

Description

The provision of Managed Collection Services.

Ammendments to Previous Notice

2. Contract value

GBP 645,000,000

Award Detail

1 See the Full Supplier List Within Contracts Finder (Liverpool)
  • Managed Debt Collection Services
  • Reference: rm6226
  • Value: £645,000,000

CPV Codes

  • 79940000 - Collection agency services
  • 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
  • 79994000 - Contract administration services

Indicators

  • Contract modified due to unforeseen circumstances.

Other Information

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.

Reference

  • FTS 085495-2025

Domains