Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
UK
Contact person: David Hart
E-mail: david.hart@glasgow.gov.uk
NUTS: UKM82
Internet address(es)
Main address: www.glasgow.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The Provision of Debt Management and Sheriff Officer Services
Reference number: GCC005823CPU
II.1.2) Main CPV code
79940000
II.1.3) Type of contract
Services
II.1.4) Short description
Glasgow City Council invites suitably qualified and experienced suppliers to submit bids for the provision of Debt Management and Sheriff Officer Services.
The contract has been allocated into 7 separate lots :
Lot 1 – Council Tax (First Placement)
Lot 2 – Council Tax (Second Placement)
Lot 3 - Non Domestic Rates (NDR)
Lot 4 – Sundry Debt
Lot 5 - Fixed Penalties
Lot 6 – Housing Benefit Overpayments
Lot 7 – Sheriff Officers (not connected to Lots 1 - 6)
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
5 115 144.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Council Tax (First Placement)
II.2.2) Additional CPV code(s)
79940000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow City
II.2.4) Description of the procurement
The council seeks the services of a Debt Management Partner and Sheriff Officer for collection of unpaid council tax. The supplier of Lot 1 will receive the majority of council tax cases; however it is anticipated that the prospects of successful collection will be high. The caseload will mainly consist of the following:
- customers who have a history of payment activity or customers who have fallen into arrears for the first time
- customers who have vacated the property and may require to be traced
The caseload may also contain customers that are liable to pay council tax on unoccupied properties. This caseload may include customers that are subject to an additional 100% charge for long term empty properties and second homes. The successful supplier will assist the council with collection of debt in these cases and where appropriate trace absent owners.
II.2.5) Award criteria
Quality criterion: Contract Management
/ Weighting: 5%
Quality criterion: Data, IT Systems and Business Continuity
/ Weighting: 8%
Quality criterion: Sustainability
/ Weighting: 2%
Quality criterion: Methodology
/ Weighting: 25%
Quality criterion: Challenges and Innovation
/ Weighting: 5%
Quality criterion: Performance
/ Weighting: 12%
Quality criterion: Sheriff Officer Services
/ Weighting: 5%
Quality criterion: Communication
/ Weighting: 3%
Quality criterion: Fair Work First
/ Weighting: 5%
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
Lot No: 2
II.2.1) Title
Council Tax (Second Placement)
II.2.2) Additional CPV code(s)
79940000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow City
II.2.4) Description of the procurement
The council seeks the services of a Debt Management Partner and Sheriff Officer that has the ability to investigate and initiate council tax collection from customers with a history of non-payment.
The supplier will assist the council in the collection of council tax by taking a holistic and innovative approach to investigation, confirming liability and recovery and collection.
II.2.5) Award criteria
Quality criterion: Contract Management
/ Weighting: 5%
Quality criterion: Data, IT Systems and Business Continuity
/ Weighting: 8%
Quality criterion: Sustainability
/ Weighting: 2%
Quality criterion: Methodology
/ Weighting: 30%
Quality criterion: Challenges and Innovation
/ Weighting: 8%
Quality criterion: Performance
/ Weighting: 15%
Quality criterion: Sheriff Officer Services
/ Weighting: 5%
Quality criterion: Communication
/ Weighting: 7%
Quality criterion: Fair Work First
/ Weighting: 5%
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
Lot No: 3
II.2.1) Title
Non-Domestic Rates
II.2.2) Additional CPV code(s)
79940000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow City
II.2.4) Description of the procurement
The council seeks the services of a Debt Management Partner and Sheriff Officer to assist the council in the collection of Non-Domestic Rates, Business Improvement Districts (BIDS), Civil penalties and the Visitor Levy. They will take a holistic and innovative approach to investigation, confirmation of liability, recovery and collection.
The Lot 3 supplier will provide collection and recovery services for customers liable to pay Business Improvement Districts (BIDS) within the Glasgow City boundary.
II.2.5) Award criteria
Quality criterion: Contract Management
/ Weighting: 5%
Quality criterion: Data, IT Systems and Business Continuity
/ Weighting: 8%
Quality criterion: Sustainability
/ Weighting: 2%
Quality criterion: Methodology
/ Weighting: 25%
Quality criterion: Challenges and Innovation
/ Weighting: 5%
Quality criterion: Performance
/ Weighting: 12%
Quality criterion: Sheriff Officer Services
/ Weighting: 5%
Quality criterion: Communication
/ Weighting: 3%
Quality criterion: Fair Work First
/ Weighting: 5%
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
Lot No: 4
II.2.1) Title
Sundry Debt
II.2.2) Additional CPV code(s)
79940000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow City
II.2.4) Description of the procurement
The council seeks the services of a Debt Management Partner for collection of unpaid Accounts Receivable or Sundry Debts. The council and its Affiliated Bodies provide a wide range of services that are subject to invoice and collection processes. The successful supplier will assist the council in the collection of unpaid invoices issued by council departments or affiliated bodies.
The council may also be required to administer and collect a range of sundry charges introduced during the period of this framework agreement. Additional levy’s or any other additional fees administered by the council family will also be included in the scope of this lot.
II.2.5) Award criteria
Quality criterion: Contract Management
/ Weighting: 5%
Quality criterion: Data, IT Systems and Business Continuity
/ Weighting: 8%
Quality criterion: Sustainability
/ Weighting: 2%
Quality criterion: Methodology
/ Weighting: 20%
Quality criterion: Challenges and Innovation
/ Weighting: 5%
Quality criterion: Performance
/ Weighting: 10%
Quality criterion: Communication
/ Weighting: 5%
Quality criterion: Fair Work First
/ Weighting: 5%
Price
/ Weighting:
40%
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
Lot No: 5
II.2.1) Title
Fixed Penalties
II.2.2) Additional CPV code(s)
79940000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow City
II.2.4) Description of the procurement
The council seeks the services of a Debt Management Partner and Sheriff Officer that has the ability to investigate and initiate collection from debtors who have failed to make full payment of a Penalty Charge Notice and/or Bus Lane Charge Notice.
The successful supplier will also provide collection and enforcement services to any similar new scheme where a fixed penalty is applied.
II.2.5) Award criteria
Quality criterion: Contract Management
/ Weighting: 5%
Quality criterion: Data, IT Systems and Business Continuity
/ Weighting: 8%
Quality criterion: Sustainability
/ Weighting: 2%
Quality criterion: Methodology
/ Weighting: 20%
Quality criterion: Challenges and Innovation
/ Weighting: 4%
Quality criterion: Performance
/ Weighting: 10%
Quality criterion: Sheriff Officer Services
/ Weighting: 4%
Quality criterion: Communication
/ Weighting: 2%
Quality criterion: Fair Work First
/ Weighting: 5%
Price
/ Weighting:
40%
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
Lot No: 6
II.2.1) Title
Housing Benefit Overpayments
II.2.2) Additional CPV code(s)
79940000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow City
II.2.4) Description of the procurement
The council seeks the services of a Debt Management Partner and Sheriff Officer for collection of unpaid Housing Benefit Overpayments (HBOP).
The council administers and pays Housing Benefit (HB) to public and private sector tenants and landlords on behalf of the Department for Work and Pensions.
II.2.5) Award criteria
Quality criterion: Contract Management
/ Weighting: 5%
Quality criterion: Data, IT Systems and Business Continuity
/ Weighting: 8%
Quality criterion: Sustainability
/ Weighting: 2%
Quality criterion: Methodology
/ Weighting: 20%
Quality criterion: Challenges and Innovation
/ Weighting: 4%
Quality criterion: Performance
/ Weighting: 10%
Quality criterion: Sheriff Officer Services
/ Weighting: 4%
Quality criterion: Communication
/ Weighting: 2%
Quality criterion: Fair Work First
/ Weighting: 5%
Price
/ Weighting:
40%
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
Lot No: 7
II.2.1) Title
Sheriff Officers (not connected to Lots 1 - 6)
II.2.2) Additional CPV code(s)
79940000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow City
II.2.4) Description of the procurement
The council seeks to appoint a supplier to provide Sheriff Officer services to a framework for the execution of general citation and diligence services for the council not connected to Lots 1-6.
The successful supplier will commit sufficient resources to the work allocated in order to meet the service level requirements of this contract.
II.2.5) Award criteria
Quality criterion: Compliance with the Scope of Services
/ Weighting: 1%
Quality criterion: Capability
/ Weighting: 10%
Quality criterion: Key Personnel
/ Weighting: 14%
Quality criterion: Key Contact
/ Weighting: 10%
Quality criterion: Service Delivery
/ Weighting: 20%
Quality criterion: Quality Control
/ Weighting: 10%
Quality criterion: Technology
/ Weighting: 10%
Quality criterion: Data Protection
/ Weighting: 10%
Quality criterion: Added Value
/ Weighting: 10%
Quality criterion: Fair Work First
/ Weighting: 5%
Price
/ Weighting:
0%
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about 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:
2024/S 000-039417
Section V: Award of contract
Lot No: 1
Title: Council Tax (First Placement)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/04/2025
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Scott & Co (Scotland) LLP
279 Bath Street
Glasgow
G2 4JL
UK
NUTS: UKM82
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 2 804 364.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Council Tax (Second Placement)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/04/2025
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
George Walker & Co. T/A Walker Love
16 Royal Exchange Square
Glasgow
G1 3AB
UK
NUTS: UKM82
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 433 315.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: Non-Domestic Rates
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/04/2025
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Scott & Co (Scotland) LLP
279 Bath Street
Glasgow
G2 4JL
UK
NUTS: UKM82
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Title: Sundry Debt
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/04/2025
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Scott & Co (Scotland) LLP
279 Bath Street
Glasgow
G2 4JL
UK
NUTS: UKM82
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1 061 522.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
Title: Fixed Penalties
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/04/2025
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Scott & Co (Scotland) LLP
279 Bath Street
Glasgow
G2 4JL
UK
NUTS: UKM82
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 6
Title: Housing Benefit Overpayments
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/04/2025
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Scott & Co (Scotland) LLP
279 Bath Street
Glasgow
G2 4JL
UK
NUTS: UKM82
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 225 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 7
Title: Sheriff Officers (not connected to Lots 1 - 6)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/04/2025
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
George Walker & Co. T/A Walker Love
16 Royal Exchange Square
Glasgow
G1 3AB
UK
NUTS: UKM82
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 590 944.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The following Affiliated Bodies may participate in this framework agreement: City Parking (Glasgow) LLP; City Property (Glasgow) LLP and City Property (Investments) LLP.
Supplementary to the per Lot award criteria outlined in Section 2 bidders must hold, commit to obtaining by the point of contract award or comply (as appropriate) with the following award criteria requirements;
Lots 1-6 inclusive;
- Must be Payment Card Industry Data Security Standard (PCI DSS) compliant
- Must hold Transport Layer Security 1:2 (TLS) or Higher
- Must accept and utilise the councils Secure File Transfer Protocol (SFTP) for the transfer of data
- Must be Cyber Essentials or Cyber Essentials Plus Certified or Equivalent
- Must be Accredited by; UK Credit Services Association, Financial Conduct Authority or Equivalent
- Must be a Member of the Society of Messengers-at-Arms & Sheriff Officers or alternate or successor body
- Must hold commissions to operate in the Sheriffdom of Glasgow and Strathkelvin
- Must commit to providing a minimum of 4 sheriff Officers
Lot 7
- Must hold Transport Layer Security 1:2 (TLS) or Higher
- Must accept and utilise the councils Secure File Transfer Protocol (SFTP) for the transfer of data
- Must be Cyber Essentials or Cyber Essentials Plus Certified or Equivalent
- Must be a Member of the Society of Messengers-at-Arms & Sheriff Officers or alternate or successor body
- Must hold commissions to operate in the Sheriffdom of Glasgow and Strathkelvin
- Must commit to providing a minimum of 4 sheriff Officers
(SC Ref:797145)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
PO Box 23, 1 Carlton Place
Glasgow
G5 9DA
UK
E-mail: glasgow@scotcourts.gov.uk
Internet address(es)
URL: https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Glasgow City Council (“the Council”) must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to conclude the framework agreement. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (“the Regulations”). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not conclude the framework agreement unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.
VI.5) Date of dispatch of this notice
29/04/2025