Public sector customers can access debt recovery and associated services including data, fraud and error, litigation and spend analysis recovery.
Updates
12/12/25: Lot 1 Managed Collection Services has been extended for 12 months. The revised Lot 1 end date is now 13 December 2026. Note, this applies to Lot 1 only, all other lots will expire on 13 December 2025.
25/11/25: Debt Resolution Services RM6226 will be replaced with the new agreement RM6366 Debt Resolution Services 2.
Description
We designed this agreement to provide ethical and fair outcomes for citizens in vulnerable situations by bringing together a range of debt recovery solutions and data services into a single commercial agreement.
The Debt Resolution Services (DRS) framework is aligned with the cross-government debt management strategy. This strategy aims to provide a more consistent and unified approach to making sure that taxpayers money is spent in the most efficient and effective way.
All UK public sector organisations can use this agreement including:
- central government and their arm’s length bodies and agencies
- the wider public sector and third sector
- local government
- health and education
- emergency services including police, fire and rescue
- house associations and charities
This agreement has 20 lots. Each lot will provide a different type of service, such as:
- managed debt collection agencies
- a range of data and analytics solutions
- enforcement agents, or bailiffs: where you will engage with the enforcement agents directly
- managed enforcement agents: where a single managed service provider manages a panel of enforcement agents on your behalf
- litigation: the process of taking legal action
- auctioneers
- process servers: these are individuals or organisations that physically deliver legal documents on your behalf
- a range of spend analysis and recovery services
We work with the best suppliers for each service and we make sure that they meet our high-quality threshold. This will give you the confidence that this agreement will provide you with:
- value for money
- services that achieve fair outcomes through a diverse and sustainable supply chain
This agreement will replace debt management services (RM6208). It will run for 4 years and will expire in December 2025.
You will have the option to extend individual call-offs for a total of 3 years beyond the agreement end date. No call-off can be extended for more than 3 years after the agreement has ended.
Benefits
- debt recovery solutions which are aligned with cross government debt management strategy
- ensures value for money
- high quality services with support from GCA subject matter experts
- access a range of high quality and highly capable suppliers who are committed to providing excellence
- access the best in-class suppliers who we selected using in depth market insights, based on fair and open competition
- broad range of data solutions
- strong collections and recoveries performance: this means that the agreement will maximise the amount of debt recovered for you it
- endorsed by major debt charities and committed to providing social value and achieving fair outcomes
our principles align with Financial Conduct Authority (FCA) and achieving fair outcomes
Products and suppliers
Please read the 'How to buy' tab below for detailed instructions on how to find out which suppliers are on this framework.
How to buy
You can buy from this agreement through further competition with the option to direct award from the following lots:
- litigation services (lots 6 to 7)
- spend analytics and recovery services (lots 15 to 19)
- managed enforcement agency services (lot 20)
In limited cases you may be able to place a direct award for lot 1. For more information about this, contact the team.
Direct award
Before you direct award, make sure that your needs match the agreement specifications. Check your organisation’s policy to make sure that direct award is a compliant route.
To place a direct award you will need to:
- clearly define your requirements and specify your intentions, lead times and Most Economically Advantageous Tender (MEAT)
- MEAT helps you to decide which solution provides best overall value by considering factors outside of price (such as quality and functionality)
- send your defined requirements directly to your chosen supplier using your own procurement portal or our eSourcing tool
- establish your award criteria using Framework Schedule 7 Call-Off Award Procedure
- award your contract by signing Framework Schedule 6
- publish your contract on Contracts Finder
Direct awards are priced based on maximum agreement rates. You should consider whether you can get better value for money through a further competition before placing a direct award.
Further Competition
To run a further competition you should:
- express your interest: this is an optional stage where you can take part in pre-market engagement to establish supplier interest
- you can do this using your own procurement portal or our eSourcing tool
- identify the suppliers that meet your needs and develop your specification
- your specification should include specific details of what you need and lead times
- complete your further competition documents, such as:
- invitation to tender
- evaluation criteria
- draft order form
- invite all identified suppliers to submit a tender (you can do this by email or through your preferred eSourcing tool)
- set a time limit for the submission of tenders (take into account lead times and the complexity of your needs)
- evaluate supplier responses using the guidelines set out in Framework Schedule 7 Annex B
- award the contract to the successful supplier by completing:
- framework schedule 6 order form
- framework schedule 7 call-off award procedure
- provide feedback to unsuccessful suppliers and explain the reasons for their score
- you should provide the suppliers with details to enable them to improve their future bids
- for transparency purposes, publish your contract on contracts finder
Documents
Crown Commercial Service (CCS) became Government Commercial Agency (GCA) on 1 April 2026. Documents published before this date may still refer to CCS. All contract documents remain valid for existing and new contracts, and there are no changes to how you work with us.
- RM6226 Buyer guide
- RM6226 Framework schedule 1: annex A managed collection services lot 1
- RM6226 Framework schedule 1: annex B FED data and affordability solutions specification lots 2, 3 and 4
- RM6226 Framework schedule 1: annex C enforcement services lot 5
- RM6226 Framework schedule 1: annex D litigation services England and Wales lot 6
- RM6226 Framework schedule 1: annex E Scottish litigation services specification lot 7
- RM6226 Framework schedule 1: annex F auctioneers services specification lots 8
- RM6226 Framework schedule 1: annex G process servers specification lot 14
- RM6226 Framework schedule 1: annex H SARS specification lot 15
- RM6226 Framework schedule 1: annex I managed enforcement services specification lot 20 v1.5
- RM6226 Core terms
- RM6226 Call-off schedule 1: transparency reports.docx
- RM6226 Call-off schedule 2: staff transfer
- RM6226 Call-off schedule 3: continuous improvement
- RM6226 Call-off schedule 4: call-off tender
- RM6226 Call-off schedule 5: pricing details
- RM6226 Call-off schedule 6: ICT services
- RM6226 Call-off schedule 7: key supplier staff
- RM6226 Call-off schedule 8: business continuity and disaster recovery
- RM6226 Call-off schedule 9: security requirements
- RM6226 Call-Off schedule 10: exit management
- RM6226 Call-off schedule 12: clustering
- RM6226 Call-off Schedule 13: implementation plan and testing
- RM6226 Call-off schedule 14: service levels
- RM6226 Call-Off schedule 15: call-off contract management
- Call-off schedule 16: benchmarking
- RM6226 Call-off schedule 17: Ministry of Defence (MOD) terms
- RM6226 Call-off schedule 18: background checks
- RM6226 Call-off schedule 19: Scottish law
- RM6226 Call-off schedule 20: specification
- RM6226 Call-off schedule 21: Northern Ireland law
- RM6226 Call-off schedule 23: HMRC terms
- RM6226 Call-cff schedule 24: deed of trust DRS
- RM6226 Joint schedule 1: definitions
- RM6226 Joint schedule 2: variation form and CCP
- RM6226 Joint schedule 3: insurance requirements
- RM6226 Joint schedule 4: commercially sensitive information
- RM6226 Joint schedule 5: corporate social responsibility
- RM6226 Joint schedule 6: key subcontractors
- RM6226 Joint schedule 7: financial difficulties
- RM6226 Joint schedule 8: guarantee
- RM6226 Joint schedule 9: minimum standards of reliability
- RM6226 Joint schedule 10: rectification plan
- RM6226 Joint Schedule 11: processing data
- RM6226 Joint schedule 12: supply chain visibility
- RM6226 Framework schedule 1: general requirement specification (part A general requirement)
- RM6226 Framework schedule 2: framework tender
- RM6226 Framework schedule 3: framework prices
- RM6226 Framework schedule 4: framework management
- RM6226 Framework schedule 5: annex 1 DRS MI Template
- RM6226 Framework schedule 5: management charges and information
- RM6226 Framework schedule 6: order form template and call-off schedules
- RM6226 Framework schedule 7: call-off award procedure.docx
- RM6226 Framework schedule 8: self audit certificate
- RM6226 Framework schedule 9: cyber essentials scheme