Award

PR19 - Direct Procurement for Customers (Technical)

WATER SERVICES REGULATION AUTHORITY

This public procurement record has 1 release in its history.

Award

19 Oct 2017 at 16:24

Summary of the contracting process

The WATER SERVICES REGULATION AUTHORITY is conducting a tender titled "PR19 - Direct Procurement for Customers (Technical)" within the research and development consultancy services industry. The procurement process is currently complete, with the contract period running from 21st August 2017 to 12th December 2017. The procurement was initiated to seek technical consultancy support, aiming to identify suitable projects for Direct Procurement for Customers (DPC) and ensure economic efficiency to benefit consumers. The procurement method used was selective, involving call-off from a framework agreement, with the tender period concluding on 8th August 2017.

This tender presents a valuable opportunity for businesses, particularly those specialising in technical consultancy within the utility sector. Companies that can advise on project suitability for DPC, risk management, and the development of technical guidance will be well-positioned to compete. The expected deliverables include guidance on project characteristics and the establishment of technical and commercial principles, making this a fitting opportunity for SMEs and consultancies with expertise in the water services 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

PR19 - Direct Procurement for Customers (Technical)

Notice Description

Following the consultation we will publish our final methodology for Price Review (PR19) in December 2017. Ahead of our final methodology we are seeking technical consultancy support to inform us of the types of projects most suitable for Direct Procurement for Customers (DPC) on technical grounds. We expect that well-informed technical parameters will help ensure economic efficiency to maximise value to consumers. Companies will be responsible for developing the projects as candidates for DPC before running a procurement process that will nominate a competitively appointed provider (CAP). We expect appointees to develop their projects with significant consideration for customer benefits. As this is a new requirement for appointees, we intend to provide robust guidance in December 2017 on the considerations we and the industry should have in selecting appropriate DPC projects. The overall objectives of this work are to: * Provide us with a set of guidance on the technical characteristics that make a project most suitable for DPC under different scenarios (eg early tender model vs late tender model). * Provide risks (and how these can be managed) and opportunities associated with the technical project characteristics for different project types and tender models. * Derive a set of key technical criteria and principles that both Ofwat and the industry can use in developing and assessing candidate DPC projects, as well as how they align with commercial principles laid out in our methodology consultation. We expect this work will comprise the following main activities: 1) The contractor will develop guidance for Ofwat on the technical characteristics that make projects most conducive for DPC and deliver the greatest customer benefit. 2) To inform Ofwat's view of the relative risks of different DPC candidate projects, the contractor will advise us on the risks (and how these can be managed) and opportunities associated with the technical project characteristics for different project types and tender models from activity 1. 3) Based on an in-depth understanding of the technical thresholds and applying a hierarchy to potential DPC projects (activity 1), and the risks and issues associated with these for delivery (activity 2), we are seeking advice on establishing a set of technical principles that will support the commercial principles laid out in our PR19 methodology consultation and being developed in a parallel consultancy contract, PR19 - Direct Procurement for Customers - Commercial. Additional information: Please note that PROC.01.0544 has been incorrectly used and this procurement should have used PROC.01.0570 in all documentation.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-6419160c-49a5-421d-9fff-257171d907f1
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/e41d73e9-6bdd-4fb4-b68b-b1e504803e7d
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

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
£45,720 Under £100K
Contracts Value
Not specified

Notice Dates

Publication Date
19 Oct 20178 years ago
Submission Deadline
8 Aug 2017Expired
Future Notice Date
Not specified
Award Date
16 Aug 20178 years ago
Contract Period
20 Aug 2017 - 12 Dec 2017 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
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
TLI London

Local Authority
Birmingham
Electoral Ward
Ladywood
Westminster Constituency
Birmingham Ladywood

Supplier Information

Number of Suppliers
1
Supplier Name

KPMG

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-b5fd17-6419160c-49a5-421d-9fff-257171d907f1-2017-10-19T17:24:25+01:00",
    "date": "2017-10-19T17:24:25+01:00",
    "ocid": "ocds-b5fd17-6419160c-49a5-421d-9fff-257171d907f1",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "PROC.01.0570",
        "title": "PR19 - Direct Procurement for Customers (Technical)",
        "description": "Following the consultation we will publish our final methodology for Price Review (PR19) in December 2017. Ahead of our final methodology we are seeking technical consultancy support to inform us of the types of projects most suitable for Direct Procurement for Customers (DPC) on technical grounds. We expect that well-informed technical parameters will help ensure economic efficiency to maximise value to consumers. Companies will be responsible for developing the projects as candidates for DPC before running a procurement process that will nominate a competitively appointed provider (CAP). We expect appointees to develop their projects with significant consideration for customer benefits. As this is a new requirement for appointees, we intend to provide robust guidance in December 2017 on the considerations we and the industry should have in selecting appropriate DPC projects. The overall objectives of this work are to: * Provide us with a set of guidance on the technical characteristics that make a project most suitable for DPC under different scenarios (eg early tender model vs late tender model). * Provide risks (and how these can be managed) and opportunities associated with the technical project characteristics for different project types and tender models. * Derive a set of key technical criteria and principles that both Ofwat and the industry can use in developing and assessing candidate DPC projects, as well as how they align with commercial principles laid out in our methodology consultation. We expect this work will comprise the following main activities: 1) The contractor will develop guidance for Ofwat on the technical characteristics that make projects most conducive for DPC and deliver the greatest customer benefit. 2) To inform Ofwat's view of the relative risks of different DPC candidate projects, the contractor will advise us on the risks (and how these can be managed) and opportunities associated with the technical project characteristics for different project types and tender models from activity 1. 3) Based on an in-depth understanding of the technical thresholds and applying a hierarchy to potential DPC projects (activity 1), and the risks and issues associated with these for delivery (activity 2), we are seeking advice on establishing a set of technical principles that will support the commercial principles laid out in our PR19 methodology consultation and being developed in a parallel consultancy contract, PR19 - Direct Procurement for Customers - Commercial. Additional information: Please note that PROC.01.0544 has been incorrectly used and this procurement should have used PROC.01.0570 in all documentation.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "73200000",
            "description": "Research and development consultancy services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a framework agreement",
        "tenderPeriod": {
            "endDate": "2017-08-08T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2017-08-21T00:00:00+01:00",
            "endDate": "2017-12-12T23:59:59Z"
        },
        "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-CFS-22183",
            "name": "KPMG LLP",
            "identifier": {
                "legalName": "KPMG LLP"
            },
            "address": {
                "streetAddress": "15 Canada Square Canary Wharf London E14 5GL"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-6920",
        "name": "WATER SERVICES REGULATION AUTHORITY"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-6419160c-49a5-421d-9fff-257171d907f1-1",
            "status": "active",
            "date": "2017-08-17T00:00:00+01:00",
            "datePublished": "2017-10-19T17:24:25+01:00",
            "value": {
                "amount": 45720,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-22183",
                    "name": "KPMG LLP"
                }
            ],
            "contractPeriod": {
                "startDate": "2017-08-21T00:00:00+01:00",
                "endDate": "2017-12-12T23:59:59Z"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/e41d73e9-6bdd-4fb4-b68b-b1e504803e7d",
                    "datePublished": "2017-10-19T17:24:25+01:00",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "contractSigned",
                    "description": "Contract",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/9de368c1-5d03-4155-99e8-441a62fba2c4",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}