Debt Resolution Services for the Public Sector – Market Engagement
Crown Commercial Service, as the authority, intends to put in place an agreement for the provision of debt resolution services for use by all UK public sector bodies.
United Kingdom-Liverpool: Collection agency services
2020/S 127-312082
Prior information notice
This notice is for prior information only
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 9th Floor, The Capital, Old Hall Street
Town: Liverpool
NUTS code: UK UNITED KINGDOM
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.uk
Telephone: +44 3450103503
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Debt Resolution Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Crown commercial service, as the authority, intends to put in place an agreement for the provision of debt resolution services for use by all UK public sector bodies.
The key core services may include:
• debt prevention services,
• managed debt collection services (managing multiple collection agencies),
• debt collection agency services (including International Collections),
• enforcement/warrant recovery services,
• debt analytics (including open-banking and complimentary data and analytics),
• data aggregation and analysis services,
• debt analytics/solutions software and integration,
• spend recovery analysis,
• debt business process outsourcing,
• fraud and error prevention and analysis,
• debt advice and guidance services.
The lot structure of this framework will be determined as a result of the market engagement.
Further information is included in the additional information section VI.3).
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Debt resolution services.
II.3)Estimated date of publication of contract notice:
Section IV: Procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
Section VI: Complementary information
VI.3)Additional information:
This prior information notice is to signal an intention to commence market engagement with those within the debt resolution services market. If you are interested in being involved in the market engagement please express your interest by emailing: DRS.Info@crowncommercial.gov.uk no later than midday on 13 July 2020. This will include multi-supplier webinars and potentially one-to-one follow up calls with CCS and potential customers. Further details will be provided to you.
Your email must clearly state: the name of your organisation and contact details for the individual(s) who will participating in the market engagement and the services that you would like to discuss.
You’re advised to monitor CCS’s Upcoming Deals web page for tender release dates. Link here https://www.crowncommercial.gov.uk/agreements/upcoming
Crown commercial service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is [https://crowncommercialservice.bravosolution.co.uk].
Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.
The value in II.1.5) is an indicative value over 4 years, it is expected the contract will be let for 3 years with an option to extend for a further 1 year.
The date in II.3) is the estimated date of publication, please refer to the CCS pipeline page https://www.crowncommercial.gov.uk/agreements/RM6208 for updates and monitor tenders electronic daily for the publication of the OJEU contract notice.
ISO 27001:2013 and cyber essentials plus certifications are mandatory for Central Government Contracts which involve handling sensitive personal information/special category data and providing certain ICT products and services. These certifications define a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.
To participate in the procurement for debt management and recovery services, bidders will be required to demonstrate that they are ISO 27001:2013 certified.
Bidders will also have to demonstrate their ability to meet security requirements set out in the security schedule to be released at the ITT stage. Bidders may be awarded a framework contract but shall not enter into any call-off contracts with buyers until they are able to demonstrate to CCS that they meet the security requirements as set out in the security schedule.
Any organisation delivering debt collection services will be required to be FCA licensed.
The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of official/sensitive. Bidders will be required to implement their solution in accordance with the framework agreement Schedule, ‘Security Requirement and Plan’, to meet framework agreement requirements. This will be released at the ITT stage.
This PIN is to advise that in line with the PCR 2015 we are using the open procedure for this competition and the timescale for the tender stage will be 15 calendar days.
A Future Opportunity on contract finder can be found here: https://www.contractsfinder.service.gov.uk/Notice/Start/f29ef532-cebe-4204-a984-73abfb866cc2
VI.5)Date of dispatch of this notice: