Skip to main content.

Procurement Hub: Enforcement Agency Services DPS

  Procurement Hub is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Enforcement Agency Services DPS
Notice type: Contract Notice
Authority: Procurement Hub
Nature of contract: Services
Procedure: Restricted
Short Description: Places for People are seeking to appoint providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of Enforcement Agency Services which will be utilised and owned by Places for People Procurement Hub. This includes the collection of all debt types which a Contracting Authority may have a requirement to collect and other services an Enforcement Agent can typically provide. Examples of the debt types include but are not limited to; council tax, parking fines, non-domestic rates/business rates, road traffic fines, sundry debt, housing benefits overpayments, social care debts and university accommodation fees. Examples of other services may include but are not limited to repossessions, evictions, tracing services and debt collection advice/consultancy
Published: 04/06/2019 11:12
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Preston: Civic-amenity services.
Section I: Contracting Authority
      I.1) Name and addresses
             Places for People Group Limited
             Group Support Centre, 4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
             Email: purchasing@placesforpeople.co.uk
             Main Address: www.placesforpeople.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Preston:-Civic-amenity-services./4ZTR8M6222
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/4ZTR8M6222 to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Enforcement Agency Services DPS       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      98350000 - Civic-amenity services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Places for People are seeking to appoint providers to be appointed onto a Dynamic Purchasing System (DPS)
for the provision of Enforcement Agency Services which will be utilised and owned by Places for People
Procurement Hub.
This includes the collection of all debt types which a Contracting Authority may have a requirement to collect
and other services an Enforcement Agent can typically provide. Examples of the debt types include but are not
limited to; council tax, parking fines, non-domestic rates/business rates, road traffic fines, sundry debt, housing
benefits overpayments, social care debts and university accommodation fees. Examples of other services may
include but are not limited to repossessions, evictions, tracing services and debt collection advice/consultancy       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Places for People are seeking to appoint providers to be appointed onto a Dynamic Purchasing System (DPS)
for the provision of Enforcement Agency Services which will be utilised and owned by Places for People
Procurement Hub.
This includes the collection of all debt types which a Contracting Authority may have a requirement to collect
and other services an Enforcement Agent can typically provide. Examples of the debt types include but are not
limited to; council tax, parking fines, non-domestic rates/business rates, road traffic fines, sundry debt, housing
benefits overpayments, social care debts and university accommodation fees. Examples of other services may
include but are not limited to repossessions, evictions, tracing services and debt collection advice/consultancy.
The DPS will be not be divided into defined Lots. Instead contractors are asked to complete a matrix to provide
details of the geographical areas that they can undertake. Suppliers can apply for as many areas as they wish.
It will be expected that Contracting Authorities will have the appropriate authority and orders to allow the
Enforcement Agents to carry out the services. Examples include, but are not limited to, Liability Orders, Writ of
Control or Repossession Orders.
All providers must be registered Enforcement Officers and/or High Court Enforcement Officers and comply with
The Taking Control of Goods Regulations 2013, The Taking Control of Goods (Fees) Regulations 2014 and The
Certification of Enforcement Agents Regulations 2014 (including any amendments).
Space has been provided in the online questions for potential service providers to indicate what debt types they
can collect and what other services they can offer. This is for information purposes only and does not form any
basis for evaluation or acceptance onto the DPS.
It is not a requirement of the establishment of the DPS for potential service providers to collect all debt types
and to offer other services.
Contracting Authorities will not use this additional services information to pre-select the providers invited to take
part in their further competition.
Any debt types and other services a potential services provider can offer can be amended at any time during the
life of the DPS.
3 / 4
This procurement is being undertaken by Places for People the contracting authority for itself and as lead
authority for the benefit of other organisations that will be set out in the contract notice. Accordingly, it is the
intention that these other UK public organisations should be able to rely on this procurement to purchase
such services without the need for any further OJEU procurement process via mini-competition. The Hub can
be joined by Contracting Authorities and stream-lines processes for members of the Hub, reducing time and
expense incurred in such procurement processes.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/4ZTR8M6222

For details of the nationwide public sector eligibility list, including public sector bodies who are able to use this framework agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system       
         The dynamic purchasing system might be used by additional purchasers           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: 2019/S 52 - 119654       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 13/05/2029 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://procurementhub.delta-esourcing.com/tenders/UK-UK-Preston:-Civic-amenity-services./4ZTR8M6222

To respond to this opportunity, please click here:
https://procurementhub.delta-esourcing.com/respond/4ZTR8M6222
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court of England and Wales
       Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Crown Commercial Services
       1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 04/06/2019

Annex A


View any Notice Addenda

View Award Notice

UK-Preston: Civic-amenity services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       Group Support Centre, 4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Accent Housing - Debt Recovery Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         98350000 - Civic-amenity services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Accent Housing sought Debt Recovery Services. Working in partnership with Accent and its other agencies to enable delivery of its corporate strategy in an efficient manner, Accents objective is to establish a former tenant arrears recovery programme and is looking for a single Supplier to deliver ethical high quality comprehensive Debt Recovery Services based on percentage of recoveries made (no recovery no fee arrangement).

All suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Enforcement DPS OJEU Reference Number: 2019/S 107-261456.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 300,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Accent Housing sought Debt Recovery Services. Working in partnership with Accent and its other agencies to enable delivery of its corporate strategy in an efficient manner, Accents objective is to establish a former tenant arrears recovery programme and is looking for a single Supplier to deliver ethical high quality comprehensive Debt Recovery Services based on percentage of recoveries made (no recovery no fee arrangement).

All suppliers invited to this opportunity have passed the minimum requirements of the Procurement Hub's Enforcement DPS OJEU Reference Number: 2019/S 107-261456.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 70
                  
      Price - Weighting: 30
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2019/S 107-261456
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/04/2021

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             JTR Collections, 06763357
             31/31 High Street, Wellingborough, NN8 4HL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 300,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=572771236

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 01/12/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Accent Housing
       Charlestown House, Acorn Park Industrial Estate, Charlestown, Shipley, West Yorkshire,, Charlestown, Shipley, West Yorkshire, BD17 7SW, United Kingdom
       Email: info@AccentGroup.org
       Main Address: https://www.accentgroup.org/
       NUTS Code: UK



UK-Preston: Civic-amenity services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Places for People Group Limited
       Group Support Centre, 4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
       Tel. +44 8452667629, Email: jenny@procurementhub.co.uk
       Main Address: www.procurementhub.co.uk, Address of the buyer profile: www.placesforpeople.co.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Milton Keynes Council - Provision of Enforcement Agent Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         98350000 - Civic-amenity services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Joint procurement of Milton Keynes Council, West Northamptonshire Unitary Council, North Northamptonshire Unitary Council, Horsham District Council (New Partner), Cambridgeshire County Council and any future partner of the Revenues and Benefits Partnership or wider Lead Council Partnership throughout the duration of the agreement sought Provision of Enforcement Agent Services which included:

Council Tax
Business Rates
Business Improvement District levy
Sundry Debt including Adult Social Care
Penalty Charge Notices for Parking
Former Tenants Arrears
Housing Benefit Overpayments
Commercial Rent Arrears

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Enforcement Agency Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 107-261456.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Joint procurement of Milton Keynes Council, West Northamptonshire Unitary Council, North Northamptonshire Unitary Council, Horsham District Council (New Partner), Cambridgeshire County Council and any future partner of the Revenues and Benefits Partnership or wider Lead Council Partnership throughout the duration of the agreement sought Provision of Enforcement Agent Services which included:

Council Tax
Business Rates
Business Improvement District levy
Sundry Debt including Adult Social Care
Penalty Charge Notices for Parking
Former Tenants Arrears
Housing Benefit Overpayments
Commercial Rent Arrears

All Suppliers invited to this opportunity have passed the minimum requirements of the Procurement hub's Enforcement Agency Services Dynamic Purchasing System (DPS) OJEU Reference Number 2019/S 107-261456.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality & Technical Merit / Weighting: 85
                  
      Price - Weighting: 15
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: Yes

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2019/S 107-261456
      
   IV.2.8) Information about termination of dynamic purchasing system
      The notice involves the termination of the dynamic purchasing system published by the above contract notice: No

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 05/11/2021

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Marston (Holdings) Limited, 04305487
             Merlin House, Falconry Court, Epping, Essex, CM16 5DQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Bristow & Sutor, 10709125
             Bartleet Road, Washford, Redditch, Worcestershire, B98 0FL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 1,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://procurementhub.delta-esourcing.com/delta/viewNotice.html?noticeId=629732521

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 3454102222

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Services
          1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
          Tel. +44 3454102222

   VI.5) Date of dispatch of this notice: 01/12/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Milton Keynes Council
       Civic Offices, 1 Saxon Gate East Central, Milton Keynes, MK9 3EJ, United Kingdom
       Email: info@milton-keynes.gov.uk
       Main Address: https://www.milton-keynes.gov.uk/
       NUTS Code: UK