Contract notice - utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)Thames Water Utilities Limited
Procurement Support Centre - 3rd Floor East, c/o Mail Room, Rose Kiln Court
RG2 0BY Reading
UNITED KINGDOM
E-mail: [email protected]
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.3)Contract award on behalf of other contracting entitiesThe contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
FA1261 Debt Collection Agencies - Non-Household.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Whole of Thames Water Region.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 7
II.1.5)Short description of the contract or purchase(s):
Thames Water has an on-going requirement to process non-household commercial, active and finalled (with forwarding addresses) customer accounts through a debt recovery strategy.
The provision of a Debt Collection Agency will manage
Lot 1 - 2nd placement (Field)
Lot 2 - 3rd placement (Office, Letter, Dial Litigation) for live debt
Lot 3 - Trace and collect activity for finalled/closed debt, and the like
Activities may change from time to time to achieve required outcomes.
During this contract there will be significant transformation change within the Thames Water customer services area and also within Thames Water and the water industry as a whole. It is possible that some of the processes/steps that will be implemented at contract award may change during the contract period in line with the transformation and the new supplier may be expected to help Thames Water towards this.
Current Levels
- Approximately 10 000 accounts per annum second placement debts with an average balance per debt of GBP 640 00,
- Approximately 8 000 accounts per annum third placement debts with an average balance per debt of GBP 610 00,
- Approximately 8 000 accounts per annum finalled trace collect placement with an average balance per debt of GBP 720 00.
This contract may award all the placements to more than one supplier. However, Thames Water also reserves the right to award the placement to one supplier only.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Information to be provided in the invitation to negotiate.
II.2.2)Information about optionsOptions: yes
Description of these options: Any agreement awarded would be for an initial duration of 2 years, with options to extend annually up to a maximum overall term of 7 years.
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: 2nd Placement (Field)1)Short description:
2nd placement (Field) - performing a premises/doorstep visit to the customer in question.
2)Common procurement vocabulary (CPV) Lot No: 2 Lot title: 3rd Placement (Office, Letter, Dial Litigation)1)Short description:
3rd Placement (Office, Letter, Dial Litigation) - office based letter and phone activity that also provides litigation services.
2)Common procurement vocabulary (CPV) Lot No: 3 Lot title: Trace and Collect1)Short description:
Trace and collect activity for finalled/closed debt - trace and collect debt from customers that have moved property without our knowledge or paying their final bill.
2)Common procurement vocabulary (CPV) Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Bonds and/or parent company guarantees of performance and financial standing may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Specified in the Invitation to Negotiate.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Consortia may be required to form a legal entity prior to any award.
III.1.4)Other particular conditions:The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Specified in the Invitation to Negotiate.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As detailed in section VI.3 and the PQQ.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As detailed in section VI.3 and the PQQ.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met: As detailed in section VI.3 and the PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureNegotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
FA1261
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time limit for receipt of tenders or requests to participate21.7.2015 - 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published: Between 2 - 7 years.
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
All suppliers who wish to respond to this OJEU notice must request a pre-qualification questionnaire (PQQ) by emailing [email protected] providing the following details:
Company Name
2 x Contact Name
2 x Contact Email
2 x Contact Telephone
Project being applied for (please state the title used in section II.1.1 of this notice)
Thames Water's Procurement Support Centre will then send you an email (to the email address provided by you) setting out login details for Thames Water's eSourcing system (Smartsource).
To view the PQQ surveys you will need to login to Thames Water's eSourcing system (Smartsource). Should you wish to submit a response(s), you must complete and submit it on Thames Water's eSourcing system by the date and time stated in the PQQ.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Thames Water Utilities Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Utilities Contracts Regulations (SI 2006 No 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:29.6.2015