Tender

Core Bureau Credit Reference Agency Services Framework

  • United Utilities Water Limited

F05: Contract notice – utilities

Notice identifier: 2023/S 000-001762

Procurement identifier (OCID): ocds-h6vhtk-039916

Published 19 January 2023, 5:54pm



Section one: Contracting entity

one.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Donna Muldoon

Email

Donna.Muldoon@uuplc.co.uk

Telephone

+44 7775738863

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

02366678

Internet address(es)

Main address

https://www.unitedutilities.com

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=59015&B=UNITEDUTILITIES

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Core Bureau Credit Reference Agency Services Framework

Reference number

PRO004637

two.1.2) Main CPV code

  • 72314000 - Data collection and collation services

two.1.3) Type of contract

Services

two.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

two.1.5) Estimated total value

Value excluding VAT: £4,400,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 Data Block Provision & Water Poverty Income Validation Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 72314000 - Data collection and collation services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

North West England

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,600,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2 Tracing and Fraud Identification Data Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 72314000 - Data collection and collation services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

North West England

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 2

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

20 February 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

1 March 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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 six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court of England & Wales

City of Westminster

London

Country

United Kingdom