Customer Market Research Services Tender
5 Lots. Secondary Research Services – Lot No: 1.
United Kingdom-Warrington: Market research services
2019/S 129-317614
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
02366678
Lingley Mere Business Park
Warrington
WA5 3LP
United Kingdom
Contact person: Paula Lonsdale
Telephone: +44 1925678071
E-mail: regulatoryprocurementteam@uuplc.co.uk
NUTS code: UKD
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Customer Market Research Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
United Utilities is mandated by the water industry regulator, Ofwat, to ensure customer priorities are appropriately reflected in its business plan and activity. United Utilities is encouraged to invest in gathering meaningful insight about customer needs and expectations, to help provide the evidence the business needs to embed customer priorities into the centre of its ways of working. A primary objective of this framework is to future proof market research provisions in order to meet necessary service requirements for the delivery of the next price review and all other strategic programmes during the period of the agreement.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Secondary Research Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North West of England.
II.2.4)Description of the procurement:
Research activity in this area may include but not limited to:
— literature reviews,
— analysing existing data/sources,
— stakeholder or expert interviews which might be needed to supplement and contextualise any documented knowledge.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
Initial 2 year term with options to extend for 5 years, at 1 year intervals.
II.2.13)Information about European Union funds
II.2.1)Title:
Strategic Planning and Development Research
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North West of England.
II.2.4)Description of the procurement:
Research activity in this area may include but not limited to:
— research for Informing policy design and formulation,
— market reviews and analysis,
— attitudinal and behavioural research,
— customer profiling and segmentation,
— informing strategic communications development,
— insight into social, environmental, political and economic trends to identify and inform future strategy/policy.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
Initial 2 year term with options to extend for 5 years, at 1 year intervals.
II.2.13)Information about European Union funds
II.2.1)Title:
Develop and Test Concepts for Communications, Products and Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North West of England.
II.2.4)Description of the procurement:
Research activity in this area may include but not limited to:
— communications and branding research,
— brand development and testing,
— proposition development and testing,
— message testing,
— creative development research,
— channel testing,
— new product/service development and concept testing,
— ethnographic research, political and economic trends to identify and inform future strategy/policy.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
.
II.2.10)Information about variants
II.2.11)Information about options
Initial 2 year term with options to extend for 5 years, at 1 year intervals.
II.2.13)Information about European Union funds
II.2.1)Title:
Performance/Reputation Audit and Customer/Stakeholder Satisfaction Research
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North West of England.
II.2.4)Description of the procurement:
Research activity in this area may include but not limited to:
— customer/stakeholder satisfaction research,
— customer/stakeholder service evaluation research,
— customer/stakeholder perceptions research,
— performance measurement,
— reputation tracking and sentiment evaluation through social media,
— understanding behavioural change in response to communications activities,
— reputation tracking/audit and campaign/brand evaluation through social media.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Research Support Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North West of England.
II.2.4)Description of the procurement:
Research activity in this area may include but not limited to:
— participant recruitment,
— participant interviewing,
— data analysis and manipulation,
— expert statistical advice,
— expert economic advice,
— expert behavioural economics advice,
— advanced data analysis,
— statistical modelling,
— report writing,
— qualitative and quantitative research method expertise,
— qualitative and qualitative research methods,
— online community panel platforms and capability.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Please refer to procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
City of Westminster
London
United Kingdom
VI.5)Date of dispatch of this notice: