Award

Expert Advice on Assessing Customer Valuations

WATER SERVICES REGULATION AUTHORITY

This public procurement record has 2 releases in its history.

AwardUpdate

17 May 2018 at 13:46

Award

18 Apr 2018 at 13:20

Summary of the contracting process

The procurement process titled "Expert Advice on Assessing Customer Valuations" has been conducted by the Water Services Regulation Authority, headquartered in Birmingham, England. This process falls under the research and development consultancy services category and was classified as a selective procurement method, using a call-off from a framework agreement. The tender period ended on 14th February 2018, and the awarded contract, valued at £32,588, commenced on 26th February 2018 and concluded on 29th March 2018. The project location encompassed regions in both the West Midlands and London.

This contract presents significant growth opportunities for consulting firms, particularly those specialising in market research, behavioural economics, and customer engagement strategies. Businesses that possess expertise in evaluating customer valuation techniques and are capable of delivering comprehensive workshops or advisory services would be particularly well-suited to compete in similar future tenders. Participation in such contracts could enable firms to establish valuable connections within the public sector and enhance their reputation as leading consultants in the utilities industry.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Expert Advice on Assessing Customer Valuations

Notice Description

We require expert advice on assessing companies' evidence on customer valuation techniques such as stated preference willingness to pay, revealed preference willingness to pay, experiments, behavioural economic approaches, data from day-to-day contacts etc. Companies will use these techniques to support their business plan proposals for the 2019 price review (PR19). We expect the suppliers to set out what good looks like for these customer valuation techniques, which will involve some consideration of their limitations as well as their strengths. We will use this expert advice to inform our development of the initial assessment plan (IAP) tests that involve assessing companies' evidence on customer valuations. [Note: we do not require the contractor to develop these tests]. We will require the supplier to provide a workshop to Ofwat staff on what good looks like for customer valuation techniques and what to look out for when assessing companies' customer valuations at PR19. Tasks for the supplier Ofwat welcomes views on different or additional steps that it would need to consider to ensure it meet its objective. 1. Task 1 - Evaluate the use of different customer valuation techniques - this should draw on a range of literature as well as the lessons learnt from PR14. In evaluating the different approaches the supplier should: * Set out the limitations of each of the techniques. * Outline what analysis and challenges we can apply to test the validity of each technique. * Outline the issues associated with the practical application of each technique. * Identify what good look likes for each technique. This work should complement the research that has already been carried out on behalf of CCWater. Particular focus should be given to less familiar methods, for instance, behavioural experiments. 2. Task 2 - Identify which customer valuation techniques companies could apply at PR19 for their customer engagement, performance outcomes, ODIs and cost adjustment claims. [Note that this has been done to some extent by the work carried out on behalf of CCWater.] 3. Task 3 - The supplier should write a report providing expert advice on assessing companies' evidence on customer valuation techniques such as stated preference willingness to pay, revealed preference willingness to pay, experiments, behavioural economic approaches, data from day-to-day contacts etc. The report can use studies. These case studies can come from a range of sectors. 4. Task 4 - The supplier should provide a workshop to Ofwat staff on what good looks like for customer valuation techniques and what to look out for when assessing companies' customer valuations at PR19.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-1e4ea33c-7fa7-484c-80b8-496a46f254e3
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/5b7210b3-bae1-46e5-a116-29bbf84babf2
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Call-off from a framework agreement
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73200000 - Research and development consultancy services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£32,588 Under £100K
Contracts Value
Not specified

Notice Dates

Publication Date
17 May 20187 years ago
Submission Deadline
14 Feb 2018Expired
Future Notice Date
Not specified
Award Date
21 Feb 20188 years ago
Contract Period
26 Feb 2018 - 29 Mar 2018 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
WATER SERVICES REGULATION AUTHORITY
Contact Name
Not specified
Contact Email
mailbox@ofwat.gsi.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BIRMINGHAM
Postcode
B5 4UA
Post Town
Birmingham
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG3 West Midlands
Small Region (ITL 3)
TLG31 Birmingham
Delivery Location
TLG West Midlands (England), TLI London

Local Authority
Birmingham
Electoral Ward
Ladywood
Westminster Constituency
Birmingham Ladywood

Supplier Information

Number of Suppliers
1
Supplier Name

ICF CONSULTING SERVICES

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-1e4ea33c-7fa7-484c-80b8-496a46f254e3-2018-05-17T14:46:02+01:00",
    "date": "2018-05-17T14:46:02+01:00",
    "ocid": "ocds-b5fd17-1e4ea33c-7fa7-484c-80b8-496a46f254e3",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "PROC.01.0602",
        "title": "Expert Advice on Assessing Customer Valuations",
        "description": "We require expert advice on assessing companies' evidence on customer valuation techniques such as stated preference willingness to pay, revealed preference willingness to pay, experiments, behavioural economic approaches, data from day-to-day contacts etc. Companies will use these techniques to support their business plan proposals for the 2019 price review (PR19). We expect the suppliers to set out what good looks like for these customer valuation techniques, which will involve some consideration of their limitations as well as their strengths. We will use this expert advice to inform our development of the initial assessment plan (IAP) tests that involve assessing companies' evidence on customer valuations. [Note: we do not require the contractor to develop these tests]. We will require the supplier to provide a workshop to Ofwat staff on what good looks like for customer valuation techniques and what to look out for when assessing companies' customer valuations at PR19. Tasks for the supplier Ofwat welcomes views on different or additional steps that it would need to consider to ensure it meet its objective. 1. Task 1 - Evaluate the use of different customer valuation techniques - this should draw on a range of literature as well as the lessons learnt from PR14. In evaluating the different approaches the supplier should: * Set out the limitations of each of the techniques. * Outline what analysis and challenges we can apply to test the validity of each technique. * Outline the issues associated with the practical application of each technique. * Identify what good look likes for each technique. This work should complement the research that has already been carried out on behalf of CCWater. Particular focus should be given to less familiar methods, for instance, behavioural experiments. 2. Task 2 - Identify which customer valuation techniques companies could apply at PR19 for their customer engagement, performance outcomes, ODIs and cost adjustment claims. [Note that this has been done to some extent by the work carried out on behalf of CCWater.] 3. Task 3 - The supplier should write a report providing expert advice on assessing companies' evidence on customer valuation techniques such as stated preference willingness to pay, revealed preference willingness to pay, experiments, behavioural economic approaches, data from day-to-day contacts etc. The report can use studies. These case studies can come from a range of sectors. 4. Task 4 - The supplier should provide a workshop to Ofwat staff on what good looks like for customer valuation techniques and what to look out for when assessing companies' customer valuations at PR19.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "73200000",
            "description": "Research and development consultancy services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a framework agreement",
        "tenderPeriod": {
            "endDate": "2018-02-14T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2018-02-26T00:00:00Z",
            "endDate": "2018-03-29T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-6920",
            "name": "WATER SERVICES REGULATION AUTHORITY",
            "identifier": {
                "legalName": "WATER SERVICES REGULATION AUTHORITY"
            },
            "address": {
                "streetAddress": "Centre City Tower, 7 Hill Street",
                "locality": "Birmingham",
                "postalCode": "B5 4UA",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "mailbox@ofwat.gsi.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-COH-04161656",
            "name": "ICF CONSULTING SERVICES LIMITED",
            "identifier": {
                "legalName": "ICF CONSULTING SERVICES LIMITED",
                "scheme": "GB-COH",
                "id": "04161656"
            },
            "address": {
                "streetAddress": "6Th Floor EC4M 5SB GB"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-6920",
        "name": "WATER SERVICES REGULATION AUTHORITY"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-1e4ea33c-7fa7-484c-80b8-496a46f254e3-1",
            "status": "active",
            "date": "2018-02-21T00:00:00Z",
            "datePublished": "2018-05-17T14:46:02+01:00",
            "value": {
                "amount": 32588,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-04161656",
                    "name": "ICF CONSULTING SERVICES LIMITED"
                }
            ],
            "contractPeriod": {
                "startDate": "2018-02-26T00:00:00Z",
                "endDate": "2018-03-29T23:59:59+01:00"
            },
            "description": "Awarded value is the capped price for the project so it can fall below",
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/5b7210b3-bae1-46e5-a116-29bbf84babf2",
                    "datePublished": "2018-05-17T14:46:02+01:00",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "contractSigned",
                    "description": "Contract",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/aa714461-8368-4031-92d4-af15be060562",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}