← Back to opportunities

Future Debt Solution

Department for Work & Pensions

Buyer Contact Info

Buyer Name: Department for Work & Pensions

Buyer Address: Caxton House 7th Floor 6-12 Tothill Street, London, UKI32, SW1H 9NA, United Kingdom

Contact Email: cd.digitalchannels@dwp.gov.uk

Status
active
Procedure
selective
Value
79800000.0 GBP
Gross: 95760000 GBP
Published
06 Jan 2026, 14:11
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
48100000 - Industry specific software package
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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 £2billion 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 £47,000,000.00 (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 £79,800,000.00 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.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/000698-2026

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Has Options: Yes

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.

Lot 1 Value: GBP 79,800,000

Lot 1 Value (Gross): GBP 95,760,000

Lot 1 Contract Start: 2027-01-14T00:00:00Z

Lot 1 Contract End: 2035-01-13T23:59:59Z

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Deployment (10%)

Lot 1 Award Criterion (quality): Risk Management (10%)

Lot 1 Award Criterion (quality): Account Management (5%)

Lot 1 Award Criterion (quality): System Capability (17.5%)

Lot 1 Award Criterion (quality): System Flexibility (17.5%)

Lot 1 Award Criterion (quality): Alignment to DWP priorities (5%)

Lot 1 Award Criterion (quality): Integration (15%)

Lot 1 Award Criterion (quality): Deployment Facilitation (10%)

Lot 1 Award Criterion (quality): Social Value (10%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PJCP-7274-TLRQ",
    "name": "Department for Work \u0026 Pensions"
  },
  "date": "2026-01-06T14:11:27Z",
  "id": "000698-2026",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-051b05",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "SW1H 9NA",
        "region": "UKI32",
        "streetAddress": "Caxton House 7th Floor 6-12 Tothill Street"
      },
      "contactPoint": {
        "email": "cd.digitalchannels@dwp.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PJCP-7274-TLRQ",
      "identifier": {
        "id": "PJCP-7274-TLRQ",
        "scheme": "GB-PPON"
      },
      "name": "Department for Work \u0026 Pensions",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-12-01T23:59:59Z"
    },
    "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.  \nThe 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 \u00a32billion of debt annually. The contract will include the design, configuration, testing, support to migration from the existing platform and post go live support. \nThe 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.  \nThe estimated value of the contract over the Initial Term of the contract (8 years) is up to \u00a347,000,000.00 (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.   \nThe estimated total contract value (inclusive of any options) is up to \u00a379,800,000.00 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.  \nThe supplier will support the implementation of the SaaS system and provide support for any future upgrades and modifications in-life.  \nThe scope of the SaaS includes:  \n\u2022 Software as a Service (SaaS) debt management solution to meet DWP functional and non-functional requirements \n\u2022 User friendly modern debt collection and management capabilities \n\u2022 Flexible and business user configurable \n\u2022 Hosted in the UK with 99.9% availability \n\u2022 Scalable to meet projected growth in accounts and users \n\u2022 Innovative future roadmap \n\u2022 Implementation of a SaaS debt management solution \n\u2022 Design and configuration \n\u2022 Integration to DWP architecture \n\u2022 Migration of data from current solution \n\u2022 Testing and assurance \n\u2022 Training and knowledge transfer \n\u2022 Supplier project management \n\u2022 BAU support for a SaaS debt management solution \n\u2022 Service desk \n\u2022 System maintenance \n\u2022 Performance monitoring \n\u2022 Change management support \nThe geographical scope of the Future Debt Solution will be for Great Britain and Northern Ireland.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2026-01-06T14:11:27Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "000698-2026",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/000698-2026"
      }
    ],
    "expressionOfInterestDeadline": "2026-02-12T12:00:00Z",
    "id": "project_26685, C8618",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Industry specific software package",
            "id": "48100000",
            "scheme": "CPV"
          },
          {
            "description": "Financial systems software package",
            "id": "48442000",
            "scheme": "CPV"
          },
          {
            "description": "Financial analysis and accounting software development services",
            "id": "72212440",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UK"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "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"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2035-01-13T23:59:59Z",
          "maxExtentDate": "2038-01-13T23:59:59Z",
          "startDate": "2027-01-14T00:00:00Z"
        },
        "hasOptions": true,
        "hasRenewal": true,
        "id": "1",
        "options": {
          "description": "Optional services are defined as services that are not part of the core deliverables and will only be implemented at DWP\u0027s discretion, subject to the appropriate contract modification process, and in-line with Procurement Act 2023."
        },
        "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."
        },
        "secondStage": {
          "maximumCandidates": 5
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Legal \nThe 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.   \nFinancial \nThe Supplier is required to complete the Financial Viability Risk Assessment (FVRA) tool as part of their Tender response.",
              "type": "economic"
            },
            {
              "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.  \nThe Supplier must confirm that any proposed solution will be UK-shored in a dedicated cloud environment, compliant with:  \na) The Authority\u0027s 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. \nb) HMG security policy framework detailed within the following link:https://www.gov.uk/government/publications/security-policy-framework/hmg-security-policy-framework. \nc) National Institute of Standards and Technology (NIST) and National Cyber Security Centre (NCSC) standards. \nd) The Public Sector Bodies (Websites and Mobile Applications) (No.2) Accessibility Regulations 2018\u0027in line with the HM Government\u0027s 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.",
              "type": "technical"
            },
            {
              "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).  \nThe 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
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "value": {
          "amount": 79800000,
          "amountGross": 95760000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "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. \nThe stages of this Competitive Flexible Procedure are as follows: \nStage 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.  \nStage 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.  \nStage 3 - Clarification Phase. Suppliers\u0027 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).  \nStage 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.  \nStage 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.  \nThe Award Criteria is explained further within the ITS."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "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:  \na) significant change in volumes of debt stock and debtors \nb) future Government initiatives in relation to debt recovery or changes to policy in relation to debt recovery \nc) any optional services or future innovations that become available within the solution at a later date \nd) 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.  \ne) 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.",
    "status": "active",
    "submissionMethodDetails": "Suppliers who wish to participate in public procurements are required to register on the Government\u0027s Central Digital Platform (CDP). The CDP is available at\u202fhttps://www.gov.uk/find-tender. \nThis 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.  \nSuppliers 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",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "title": "Future Debt Solution",
    "value": {
      "amount": 79800000,
      "amountGross": 95760000,
      "currency": "GBP"
    }
  }
}