Notice Information
Notice Title
Asset Management Policy Support
Notice Description
The Supplier shall provide the following services to the Customer: To co-create, apply and evaluate our asset maturity framework with the water industry in England and Wales, and evaluation of company self-assessment using these frameworks. The work is expected to run in 2 stages: Stage 1 covers collaborative design and Stage 2 covers evaluation. The Supplier shall provide the following deliverables to the Customer as part of the Services: Deliverables 1, 2 and 3 The coverage of the asset maturity questionnaire is subject to further development and iteration with the sector. 1. Asset health policy and strategy: the existing asset management framework (policy and strategy) and associated terminology used within companies. 2. Line of sight between asset health and outcomes: how asset group performance and failure are linked to asset health outcomes and metrics, thus understanding the impact of failures and the benefit of managing these assets. 3. Asset health data: Understand asset group inspection and monitoring regimes, ensuring appropriate data (quality data of sufficient detail, history and frequency) is available for robust asset management decision-making. 4. Processes and systems for monitoring asset health: how asset health risks and performance are monitored through a package of metrics. Understand how collected data and available methods inform these metrics. 5. Investment planning and decision making how investment planning and decision-making tools and systems are used to find an adequate balance between risks, costs and performance over the long and the short term (across all asset groups). 6. Stakeholder and customer engagement how customers and stakeholders are engaged to understand the value that they place on asset health and resilience. 7. Assurance and reporting: Understand the existing corporate processes, systems and structures available to oversee and manage asset health/resilience risks and performance. 8. Asset health capability and continuous improvement how companies seek to continuously improve their asset management capability by promoting non-conformity, collaboration and innovation. Specifically the supplier will be expected to: 1. Review the draft maturity assessments and highlight any gaps /issues. 2. Advise on usability and ability to secure consistent output to aid comparability between companies. 3. Advise on data sets that could underpin company self-assessment. 4. Produce a refined maturity assessment for use in the sector. Make recommendations on potential next steps for the sector to strengthen maturity based on the insight gained. 1. Draw insight based conclusions from the submissions, including policy considerations for companies and regulators. 2. Identify and propose modifications to the maturity assessment in light of the first round of submissions for agreement by Ofwat. 3. Reshape the maturity assessment. 4. Any views / recommendations that the supplier has would be welcomed. Additional information: For further information, please contact procurement@ofwat.gov.uk
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-2c28776a-ab72-468f-baf9-9aa98f9bbe02
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/abaf2656-f1bd-4d44-b642-e40f8381bd97
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (below threshold)
- Tender Suitability
- SME, VCSE
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79411000 - General management consultancy services
Notice Value(s)
- Tender Value
- £49,975 Under £100K
- Lots Value
- Not specified
- Awards Value
- £49,975 Under £100K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 11 Mar 20214 years ago
- Submission Deadline
- 16 Nov 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 1 Dec 20205 years ago
- Contract Period
- 2 Dec 2020 - 31 May 2021 6-12 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WATER SERVICES REGULATION AUTHORITY (OFWAT)
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/abaf2656-f1bd-4d44-b642-e40f8381bd97
11th March 2021 - Awarded contract notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-b5fd17-2c28776a-ab72-468f-baf9-9aa98f9bbe02-2021-03-11T11:43:28Z",
"date": "2021-03-11T11:43:28Z",
"ocid": "ocds-b5fd17-2c28776a-ab72-468f-baf9-9aa98f9bbe02",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "PROC.01.0674",
"title": "Asset Management Policy Support",
"description": "The Supplier shall provide the following services to the Customer: To co-create, apply and evaluate our asset maturity framework with the water industry in England and Wales, and evaluation of company self-assessment using these frameworks. The work is expected to run in 2 stages: Stage 1 covers collaborative design and Stage 2 covers evaluation. The Supplier shall provide the following deliverables to the Customer as part of the Services: Deliverables 1, 2 and 3 The coverage of the asset maturity questionnaire is subject to further development and iteration with the sector. 1. Asset health policy and strategy: the existing asset management framework (policy and strategy) and associated terminology used within companies. 2. Line of sight between asset health and outcomes: how asset group performance and failure are linked to asset health outcomes and metrics, thus understanding the impact of failures and the benefit of managing these assets. 3. Asset health data: Understand asset group inspection and monitoring regimes, ensuring appropriate data (quality data of sufficient detail, history and frequency) is available for robust asset management decision-making. 4. Processes and systems for monitoring asset health: how asset health risks and performance are monitored through a package of metrics. Understand how collected data and available methods inform these metrics. 5. Investment planning and decision making how investment planning and decision-making tools and systems are used to find an adequate balance between risks, costs and performance over the long and the short term (across all asset groups). 6. Stakeholder and customer engagement how customers and stakeholders are engaged to understand the value that they place on asset health and resilience. 7. Assurance and reporting: Understand the existing corporate processes, systems and structures available to oversee and manage asset health/resilience risks and performance. 8. Asset health capability and continuous improvement how companies seek to continuously improve their asset management capability by promoting non-conformity, collaboration and innovation. Specifically the supplier will be expected to: 1. Review the draft maturity assessments and highlight any gaps /issues. 2. Advise on usability and ability to secure consistent output to aid comparability between companies. 3. Advise on data sets that could underpin company self-assessment. 4. Produce a refined maturity assessment for use in the sector. Make recommendations on potential next steps for the sector to strengthen maturity based on the insight gained. 1. Draw insight based conclusions from the submissions, including policy considerations for companies and regulators. 2. Identify and propose modifications to the maturity assessment in light of the first round of submissions for agreement by Ofwat. 3. Reshape the maturity assessment. 4. Any views / recommendations that the supplier has would be welcomed. Additional information: For further information, please contact procurement@ofwat.gov.uk",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "79411000",
"description": "General management consultancy services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "West Midlands",
"countryName": "United Kingdom"
},
{
"region": "London",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 49975,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (below threshold)",
"tenderPeriod": {
"endDate": "2020-11-16T10:00:00Z"
},
"contractPeriod": {
"startDate": "2020-12-02T00:00:00Z",
"endDate": "2021-05-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "services"
},
"parties": [
{
"id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/Entf38w5",
"name": "Water Services Regulation Authority (Ofwat)",
"identifier": {
"legalName": "Water Services Regulation Authority (Ofwat)",
"scheme": "GB-SRS",
"id": "supplierregistration.cabinetoffice.gov.uk/Entf38w5"
},
"address": {
"streetAddress": "Birmingham",
"locality": "Birmingham",
"postalCode": "B54UA",
"countryName": "England"
},
"contactPoint": {
"email": "mailbox@ofwat.gov.uk"
},
"roles": [
"buyer"
]
},
{
"id": "GB-COH-09938540",
"name": "Ove Arup and Partners Ltd",
"identifier": {
"legalName": "Ove Arup and Partners Ltd",
"scheme": "GB-COH",
"id": "09938540"
},
"address": {
"streetAddress": "13 Fitzroy Street London W1T 4BQ"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/Entf38w5",
"name": "Water Services Regulation Authority (Ofwat)"
},
"awards": [
{
"id": "ocds-b5fd17-2c28776a-ab72-468f-baf9-9aa98f9bbe02-1",
"status": "active",
"date": "2020-12-01T00:00:00Z",
"datePublished": "2021-03-11T11:43:28Z",
"value": {
"amount": 49975,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-COH-09938540",
"name": "Ove Arup and Partners Ltd"
}
],
"contractPeriod": {
"startDate": "2020-12-02T00:00:00Z",
"endDate": "2021-05-31T23:59:59+01:00"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/abaf2656-f1bd-4d44-b642-e40f8381bd97",
"datePublished": "2021-03-11T11:43:28Z",
"format": "text/html",
"language": "en"
}
]
}
]
}