Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Debt Collection Services

  • First published: 09 October 2019
  • Last modified: 09 October 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Anglian Water Services
Authority ID:
AA20858
Publication date:
09 October 2019
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Lot 1: 1st and 2nd collect placements (live and vacated)

Broken into the various debt segments detailed below:

1st Placement standard live debts <100 GBP;

1st Placement standard live debts >100 GBP;

1st Placement standard vacated debts <100 GBP;

1st Placement standard vacated debts >100 GBP;

2nd Placement standard live debts >100 GBP;

2nd Placement standard vacated debts <100 GBP;

2nd Placement standard vacated debts >100 GBP.

Framework agreement to cover all debt collection agency placement collections. The DCA’s will receive commission based on the amount of debt collected with increased commissions the harder the debt is to work and the later in the debt collection process. The commission rates are either for desktop services or doorstep/field activity services for specific lots for each of the debt placements, including sub division by segregating debt by standard collect and court debt for the reason that each type has debts collected in different ways. Court accounts have a judgment against the debtor and therefore are harder to collect and require a different lettering strategy by the supplier.

In addition, the contracts include extra services to enable us to manage customers with specific needs in terms of affordability and other services for a set fee.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Anglian Water Services Ltd Thorpe Wood House Thorpe Wood

Peterborough

Pe3 6WT

UK

Contact person: Rebecca Longman

E-mail: rlongman@anglianwater.co.uk

NUTS: UK

Internet address(es)

Main address: www.anglianwater.co.uk

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

Debt Collection Services

Reference number: PA 2018/0324

II.1.2) Main CPV code

79940000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Framework agreement to cover all debt collection agency placement collections. The DCAs will receive commission based on the amount of debt collected, with increased commission rates that are dependent on the stage and method of recovery action performed i.e. desktop and/or doorstep recovery. The DCA’s will receive commission based on the amount of debt collected with increased commissions the harder the debt is to work and the later in the debt collection process. The commission rates are either for desktop services or doorstep/field activity services for specific lots for each of the debt placements, including sub division by segregating debt by standard collect and court debt for the reason that each type has debts collected in different ways. The contracts will be heavily performance managed throughout the contract life to maximise the debt collection revenue.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 14 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1: 1st and 2nd collect placements (Live and Vacated)

II.2.2) Additional CPV code(s)

79940000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Customers within the Anglian Water Region.

II.2.4) Description of the procurement

Lot 1: 1st and 2nd collect placements (live and vacated)

Broken into the various debt segments detailed below:

1st Placement standard live debts <100 GBP;

1st Placement standard live debts >100 GBP;

1st Placement standard vacated debts <100 GBP;

1st Placement standard vacated debts >100 GBP;

2nd Placement standard live debts >100 GBP;

2nd Placement standard vacated debts <100 GBP;

2nd Placement standard vacated debts >100 GBP.

Framework agreement to cover all debt collection agency placement collections. The DCA’s will receive commission based on the amount of debt collected with increased commissions the harder the debt is to work and the later in the debt collection process. The commission rates are either for desktop services or doorstep/field activity services for specific lots for each of the debt placements, including sub division by segregating debt by standard collect and court debt for the reason that each type has debts collected in different ways. Court accounts have a judgment against the debtor and therefore are harder to collect and require a different lettering strategy by the supplier.

In addition, the contracts include extra services to enable us to manage customers with specific needs in terms of affordability and other services for a set fee.

II.2.5) Award criteria

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 5

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 8

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 3

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 8

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 7

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 6

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 5

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 5

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 5

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 3

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 12

Cost criterion: Commission Rates RAG Weighting / 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

Lot No: 2

II.2.1) Title

3rd Placement Live and vacated Debts

II.2.2) Additional CPV code(s)

79940000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Customers within the Anglian Water Region.

II.2.4) Description of the procurement

3rd Placement live and vacated debts;

3rd Placement live debts;

3rd Placement vacated debts.

Framework agreement to cover all debt collection agency placement collections. The DCA’s will receive commission based on the amount of debt collected with increased commissions the harder the debt is to work and the later in the debt collection process. The commission rates are either for desktop services or doorstep/field activity services for specific lots for each of the debt placements, including sub division by segregating debt by standard collect and court debt for the reason that each type has debts collected in different ways. Court accounts have a judgment against the debtor and therefore are harder to collect and require a different lettering strategy by the supplier.

In addition, the contracts include extra services to enable us to manage customers with specific needs in terms of affordability and other services for a set fee.

II.2.5) Award criteria

Quality criterion: As detailed in the bidder guidance document / Weighting: 8

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 8

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 7

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 6

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 5

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 6

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 6

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 8

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 3

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 6

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 6

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 6

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 3

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 3

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 7

Cost criterion: Commission Rates RAG Weighting / 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

Lot No: 3

II.2.1) Title

Lot 3: 1st and 2nd Placement Court Debts

II.2.2) Additional CPV code(s)

79940000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Customers within the Anglian Water Region.

II.2.4) Description of the procurement

Lot 3: 1st and 2nd Placement Court Debts

Broken into the various debt segments detailed below:

Framework agreement to cover all debt collection agency placement collections. The DCA’s will receive commission based on the amount of debt collected with increased commissions the harder the debt is to work and the later in the debt collection process. The commission rates are either for desktop services or doorstep/field activity services for specific lots for each of the debt placements, including sub division by segregating debt by standard collect and court debt for the reason that each type has debts collected in different ways. Court accounts have a Judgment against the debtor and therefore are harder to collect and require a different lettering strategy by the supplier.

In addition, the contracts include extra services to enable us to manage customers with specific needs in terms of affordability and other services for a set fee.

II.2.5) Award criteria

Quality criterion: As detailed in the bidder guidance document / Weighting: 5

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 8

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 3

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 7

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 7

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 6

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 5

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 5

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 6

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 3

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 3

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 10

Cost criterion: Commission Rates RAG Weighting / 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

Lot No: 4

II.2.1) Title

Lot 4: 1st, 2nd and 3rd Placement Standard Trace and Collect Debts

II.2.2) Additional CPV code(s)

79940000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Customers within the Anglian Water Region.

II.2.4) Description of the procurement

Lot 4: 1st, 2nd and 3rd Placement Standard Trace and Collect Debts

Broken into the various debt segments detailed below:

Framework agreement to cover all debt collection agency placement collections. The DCA’s will receive commission based on the amount of debt collected with increased commissions the harder the debt is to work and the later in the Debt collection process. The commission rates are either for desktop services or doorstep/field activity services for specific lots for each of the Debt placements, including sub division by segregating debt by standard collect and court debt for the reason that each type has debts collected in different ways. Court accounts have a Judgment against the debtor and therefore are harder to collect and require a different lettering strategy by the supplier.

In addition, the contracts include extra services to enable us to manage customers with specific needs in terms of affordability and other services for a set fee.

II.2.5) Award criteria

Quality criterion: As detailed in the bidder guidance document / Weighting: 14

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 11

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 5

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 8

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 3

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 8

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 7

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 6

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 3

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 3

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 12

Cost criterion: Commission Rates RAG Weighting / 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

Lot No: 5

II.2.1) Title

Lot 5: 1st, 2nd, 3rd Placement Court Trace and Collect Debts

II.2.2) Additional CPV code(s)

79940000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Customers within the Anglian Water Region.

II.2.4) Description of the procurement

Lot 5: 1st, 2nd and 3rd Placement Court Trace and Collect Debts

Broken into the various debt segments detailed below:

Framework agreement to cover all debt collection agency placement collections. The DCA’s will receive commission based on the amount of debt collected with increased commissions the harder the debt is to work and the later in the Debt collection process. The commission rates are either for desktop services or doorstep/field activity services for specific lots for each of the Debt placements, including sub division by segregating debt by standard collect and court debt for the reason that each type has debts collected in different ways. Court accounts have a Judgment against the debtor and therefore are harder to collect and require a different lettering strategy by the supplier.

In addition, the contracts include extra services to enable us to manage customers with specific needs in terms of affordability and other services for a set fee.

II.2.5) Award criteria

Quality criterion: As detailed in the bidder guidance document / Weighting: 14

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 11

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 5

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 8

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 3

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 7

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 6

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 6

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 3

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 3

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 4

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 3

Quality criterion: As detailed in the Bidder Guidance Document / Weighting: 11

Cost criterion: Commission Rates RAG Weighting / 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

Competitive procedure with negotiation

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

Section V: Award of contract

Lot No: 1,3,4,5

Contract No: 2018/0324

Title: Debt Collection Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/07/2019

V.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

1st Locate (UK) Ltd

Leeds

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1,2,3

Contract No: 2018/0324

Title: Debt Collection Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/07/2019

V.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Orbit Debt Collections Ltd

Kent

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1,3,4,5

Contract No: 2018/0324

Title: Debt Collection Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/07/2019

V.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Pastdue Credit Solutions Ltd

Glasgow

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1,3,4,

Contract No: 2018/0324

Title: Debt Collection Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/07/2019

V.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Advantis Credit Ltd

Stoke-on-Trent

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1,3,5

Contract No: 2018/0324

Title: Debt Collection Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/07/2019

V.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Commercial Collection Services Ltd

Surrey

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4,5

Contract No: 2018/0324

Title: Debt Collection Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/07/2019

V.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

UK Search Ltd

Derbyshire

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1,4,5

Contract No: 2018/0324

Title: Debt Collection Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/07/2019

V.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Arvato Financial Solutions Ltd

Glasgow

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 1.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Contract No: 2018/0324

Title: Debt Collection Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

29/07/2019

V.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Moorcroft Debt Recovery Ltd

Stockport

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 1.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The contract award value per lot in this notice is not being disclosed as to do so is likely to prejudice fair competition between economic operators and/or would prejudice the legitimate commercial interests of the successful economic operators due to the nature of the multi framework contract it is not possible to declare the amount allocated per lot as it will be determined on the amount of customer debt at the time of allocation and in line with the contract allocation methodology as disclosed in the bidder guidance document.

VI.4) Procedures for review

VI.4.1) Review body

Anglian Water Services Ltd

Peterborough

PE3 6WT

UK

VI.5) Date of dispatch of this notice

07/10/2019

Coding

Commodity categories

ID Title Parent category
79940000 Collection agency services Miscellaneous business and business-related services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
rlongman@anglianwater.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.