Award

Business Continuity Accounting Leases

WATER SERVICES REGULATION AUTHORITY (OFWAT)

This public procurement record has 1 release in its history.

Award

10 Mar 2020 at 12:30

Summary of the contracting process

The procurement process for the project titled "Business Continuity Accounting Leases" was conducted by the Water Services Regulation Authority (Ofwat), focusing on general management consultancy services. This contract, valued at £68,315, is located in the West Midlands and London, with the contract period running from 18 March 2019 to 31 March 2019. The procurement was executed using a selective method, specifically as a call-off from a framework agreement, which reflects a strategic approach to sourcing expertise in business continuity planning. The tender was officially awarded on 25 February 2019, with the process reaching completion on 10 March 2020.

This tender creates significant opportunities for firms specialising in management consultancy, particularly those with expertise in business continuity and IT. Small and medium enterprises (SMEs) are encouraged to participate, especially those capable of aligning their services with industry standards like ISO 22301. Businesses that can demonstrate practical experience in updating business continuity plans and conducting thorough business impact analyses will be particularly well-suited to compete for similar contracts in the future.

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

Business Continuity Accounting Leases

Notice Description

Work Package 0009 - Alternative Delivery Model Project - Business Continuity Plan Update (business support and IT areas) The project will be delivered in-line with the project plan presented in section 2.3.1 and will produce the deliverables and milestones presented in section 2.6.1. The supplier will perform the following activities; a) Update the Authority's current BC plan with the lessons learned from recent exercises and tests and recommendations from recent audits. This will involve onsite support from our team, working with your central BC team contacts to enable the details and intended results of the recommendations to be reflected in the updates. b) Following the updates to the plan, we will review the new plan against industry good practice, considering ISO22301 and the Business Continuity Institute for Good Practice Guidelines, and make further recommendations for further alignment. c) We will review the Authority's current Business Impact Analysis (BIA) template against the standards (ISO22301 and Business Continuity Institute for Good Practice Guidelines) and provide recommendations as to where the BIA could be enhanced to enable all information required for BC planning purposes to be captured. This will consider any gaps which may have been highlighted in the plan review where the information is not currently available. d) We will understand what IT continuity documents are currently available. Based this, we will suggest to management, the inclusion/references of the IT continuity documentation the Authority may wish to include. e) We will understand the platform and tools available for sharing documents across the organisation and make recommendations for how the BC plan could be stored and shared for the Authority's consideration and decision. We intend to feedback our additional recommendations and amendments to management at the start of the second week of the work, depending on management availability. The second week of the review will be to implement the agreed amendments. This is an estimate in advance of starting work which will depend upon the number of amendments already required at activity (a). The work will not include the following; * Review or challenge of the previous learnings, except where the changes result in the plan not aligning with good practice. * Validation or exercising of the BC plan content, or any technical plans referenced within. * Update of the BIA activity. Only the template will be updated, the completion of which will be the responsibility of the Authority. * Review of the IT continuity documentation. * Authoring of technical IT continuity documents. Additional information: For Further Information;please contact procurement@ofwat.gov.uk

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-4491faa3-c6c2-45fe-ba83-2bb3415d2f4f
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/9bf3b90f-bf9c-4024-b729-a0c435172521
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
Large

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
£68,315 Under £100K
Lots Value
Not specified
Awards Value
£68,315 Under £100K
Contracts Value
Not specified

Notice Dates

Publication Date
10 Mar 20205 years ago
Submission Deadline
20 Feb 2019Expired
Future Notice Date
Not specified
Award Date
25 Feb 20197 years ago
Contract Period
18 Mar 2019 - 31 Mar 2019 30 days
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 (OFWAT)
Contact Name
Not specified
Contact Email
mailbox@ofwat.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

PRICEWATERHOUSECOOPERS

Further Information

Notice Documents

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-b5fd17-4491faa3-c6c2-45fe-ba83-2bb3415d2f4f-2020-03-10T12:30:29Z",
    "date": "2020-03-10T12:30:29Z",
    "ocid": "ocds-b5fd17-4491faa3-c6c2-45fe-ba83-2bb3415d2f4f",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "Work Package 0009 - Alternative Delivery Model",
        "title": "Business Continuity Accounting Leases",
        "description": "Work Package 0009 - Alternative Delivery Model Project - Business Continuity Plan Update (business support and IT areas) The project will be delivered in-line with the project plan presented in section 2.3.1 and will produce the deliverables and milestones presented in section 2.6.1. The supplier will perform the following activities; a) Update the Authority's current BC plan with the lessons learned from recent exercises and tests and recommendations from recent audits. This will involve onsite support from our team, working with your central BC team contacts to enable the details and intended results of the recommendations to be reflected in the updates. b) Following the updates to the plan, we will review the new plan against industry good practice, considering ISO22301 and the Business Continuity Institute for Good Practice Guidelines, and make further recommendations for further alignment. c) We will review the Authority's current Business Impact Analysis (BIA) template against the standards (ISO22301 and Business Continuity Institute for Good Practice Guidelines) and provide recommendations as to where the BIA could be enhanced to enable all information required for BC planning purposes to be captured. This will consider any gaps which may have been highlighted in the plan review where the information is not currently available. d) We will understand what IT continuity documents are currently available. Based this, we will suggest to management, the inclusion/references of the IT continuity documentation the Authority may wish to include. e) We will understand the platform and tools available for sharing documents across the organisation and make recommendations for how the BC plan could be stored and shared for the Authority's consideration and decision. We intend to feedback our additional recommendations and amendments to management at the start of the second week of the work, depending on management availability. The second week of the review will be to implement the agreed amendments. This is an estimate in advance of starting work which will depend upon the number of amendments already required at activity (a). The work will not include the following; * Review or challenge of the previous learnings, except where the changes result in the plan not aligning with good practice. * Validation or exercising of the BC plan content, or any technical plans referenced within. * Update of the BIA activity. Only the template will be updated, the completion of which will be the responsibility of the Authority. * Review of the IT continuity documentation. * Authoring of technical IT continuity documents. 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": 68315,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a framework agreement",
        "tenderPeriod": {
            "endDate": "2019-02-20T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2019-03-18T00:00:00Z",
            "endDate": "2019-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "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-OC303525",
            "name": "PriceWaterhouseCoopers",
            "identifier": {
                "legalName": "PriceWaterhouseCoopers",
                "scheme": "GB-COH",
                "id": "OC303525"
            },
            "address": {
                "streetAddress": "1 Embankment Place London WC2N 6RH"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/Entf38w5",
        "name": "Water Services Regulation Authority (Ofwat)"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-4491faa3-c6c2-45fe-ba83-2bb3415d2f4f-1",
            "status": "active",
            "date": "2019-02-25T00:00:00Z",
            "datePublished": "2020-03-10T12:30:29Z",
            "value": {
                "amount": 68315,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-OC303525",
                    "name": "PriceWaterhouseCoopers"
                }
            ],
            "contractPeriod": {
                "startDate": "2019-03-18T00:00:00Z",
                "endDate": "2019-03-31T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/9bf3b90f-bf9c-4024-b729-a0c435172521",
                    "datePublished": "2020-03-10T12:30:29Z",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}