Contract notice - utilities

Information

Published

Expire date: 20/02/2023

External Reference: 2023-500547

FTS Reference: 2023-001762

Contract notice - utilities

Contract notice – utilities

Services

Section I: Contracting entity

I.1)

Name and addresses

United Utilities Water Limited
02366678
Lingley Mere Business Park
Warrington
WA5 3LP
UK
Contact person: Donna Muldoon
Telephone: +44 7775738863
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=59015&B=UNITEDUTILITIES
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Water

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Core Bureau Credit Reference Agency Services Framework
Reference number:  PRO004637
II.1.2)

Main CPV code

72314000  -  Data collection and collation services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Lot 1 Data Block Provision & Water Poverty Income Validation Services Lot 1 (1.a) - Provide a bi-monthly data block for 3.3 - 3.5 million customer’s Lot 1 (1.b) - Provide Water Poverty income validation services utilising a monthly batch process Lot 2 Tracing and Fraud Identification Data Services Lot 2 (2.a) - Provide tracing reports at individual level and batch level via on line portal Lot 2 (2.b) - Provide Fraud data reports at individual level via on line portal Lot 2 (2.c) - Provide Consultancy data services based on new requirements and innovations
II.1.5)

Estimated total value

Value excluding VAT: 4400000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1 Data Block Provision & Water Poverty Income Validation Services
Lot No:  1
II.2.2)

Additional CPV code(s)

72314000  -  Data collection and collation services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
North West England
II.2.4)

Description of the procurement

Lot 1 (1.a) - Provide a bi-monthly data block for 3.3 - 3.5 million customer’s that meets the companies scope of requirements as detailed in the CRA Scope of Requirements document.
Lot 1 (1.b) - Provide Water Poverty income validation services utilising a monthly batch process that meets the companies scope of requirements as detailed in the CRA Scope of Requirements document.
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: 3600000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
II.2.10)

Information about variants

Variants will be accepted: no
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)

Description

II.2.1)

Title

Lot 2 Tracing and Fraud Identification Data Services
Lot No:  2
II.2.2)

Additional CPV code(s)

72314000  -  Data collection and collation services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
North West England
II.2.4)

Description of the procurement

Lot 2 (2.a) - Provide tracing reports at individual level and batch level via on line portal
Lot 2 (2.b) - Provide Fraud data reports at individual level via on line portal
Lot 2 (2.c) - Provide Consultancy data services based on new requirements and innovations
The above is required to meet the companies scope of requirements as detailed in the CRA Scope of Requirements document.
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: 800000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3
II.2.10)

Information about variants

Variants will be accepted: no
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 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:  Please refer to procurement documents
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  2
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  20/02/2023
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 01/03/2023
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

Duration in months : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England & Wales
City of Westminster
London
UK