Section one: Contracting entity
one.1) Name and addresses
NORTHUMBRIAN WATER GROUP LIMITED
Northumbria House,Abbey Road, Pity Me
DURHAM
DH15FJ
Contact
Lily Craw
Telephone
+44 7596316769
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Debt Collection Agency Framework
Reference number
NW2370
two.1.2) Main CPV code
- 75242110 - Bailiff services
two.1.3) Type of contract
Services
two.1.4) Short description
Our intent is to outsource annually, from 2022, on a commission basis, circa £30 million of unrecovered closed account water debt where a collect or trace and collect solution is required. In addition to this we intend to outsource circa £12 million of Post-Litigated (with County Court Judgement) water debt. Similar projections are foreseen for the duration of the agreement.
We are offering a 3 year contact with the ability to review regularly and a possibility of extension. The processor(s) must be authorised by the Financial Conduct Authority (FCA).
two.1.5) Estimated total value
Value excluding VAT: £600,000
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
Post-litigation - County Court Judgment
Lot No
1
two.2.2) Additional CPV code(s)
- 75242110 - Bailiff services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKJ - South East (England)
two.2.4) Description of the procurement
Batches would be issued throughout the year to the successful processor(s), with approximate yearly numbers of 12,000 Post-litigation - County Court Judgement accounts.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
An additional 24 months
two.2) Description
two.2.1) Title
Closed Account (Prime) - forwarding address provided
Lot No
2
two.2.2) Additional CPV code(s)
- 75242110 - Bailiff services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKJ - South East (England)
two.2.4) Description of the procurement
Batches would be issued throughout the year to the successful processor(s), with approximate yearly numbers being 14,000 Closed Accounts (Prime) with forwarding address provided
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
An additional 24 months
two.2) Description
two.2.1) Title
Trace and Collect, 1st placement
Lot No
3
two.2.2) Additional CPV code(s)
- 75242110 - Bailiff services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKJ - South East (England)
two.2.4) Description of the procurement
Batches would be issued throughout the year to the successful processor(s), with approximate yearly numbers being 14,000 Trace and Collect, 1st placement
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
An additional 24 months.
two.2) Description
two.2.1) Title
Trace and Collect, 2nd placement
Lot No
4
two.2.2) Additional CPV code(s)
- 75242110 - Bailiff services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKJ - South East (England)
two.2.4) Description of the procurement
Batches would be issued throughout the year to the successful processor(s), with approximate yearly numbers being 25,000 Trace and Collect, 2nd placement
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
An additional 24 months.
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
The processor(s) must be authorised or have gained interim permission from the Financial Conduct Authority (FCA)
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
three.1.6) Deposits and guarantees required
If the Dun and Bradstreet credit rating returns a rating of 'above average risk' or 'high risk', the contracting entity will request further financial information for review and a parent company guarantee may be required
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Please see the terms and conditions in the Procurement Document
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
These will be set out in the tender 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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 May 2021
Local time
12:00pm
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
Tender must be valid until: 31 January 2022
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Applicants are asked to note that this procurement process will be conducted electronically with all documents and communication being managed through the Northumbrian Water e-Sourcing Spend Management portal called 'Ariba. Expressions of interest must be sent to the e-mail address lily.craw@nwl.co.uk before the deadline date of 21st May 2021 at 12 noon. Once expression of interest has been received that contains the details below, applicants will be given access to the Ariba portal within 48 hours from request. This portal will contain all the tender documents associated with this procurement that are available at the time. An email link will also be provided to the email address you provide to access the portal. The deadline for return of the completed PQQ is 26th May 2021 at 12 noon. When sending expression of interest, applicants must provide the following information: 1) Full company name 2) Main contact details of the person who will be given access to the Ariba portal - Name, job title, E mail address and telephone
six.4) Procedures for review
six.4.1) Review body
TBC
TBC
Country
United Kingdom