Award

Review of Credit Arrangements in the Business Retail Market

WATER SERVICES REGULATION AUTHORITY

This public procurement record has 2 releases in its history.

AwardUpdate

17 May 2018 at 13:56

Award

18 Apr 2018 at 14:38

Summary of the contracting process

The WATER SERVICES REGULATION AUTHORITY is seeking to enhance credit arrangements within the business retail market through the tender titled "Review of Credit Arrangements in the Business Retail Market." This project falls under the industry category of business and management consultancy services and is located in regions such as West Midlands and London. The procurement is currently in the award stage, with the contract having an active status and an award value of £58,996.25. The contract period starts on January 15, 2018, and concludes on March 30, 2018, following a selective procurement method through a call-off from a framework agreement.

This tender presents growth opportunities for SMEs specialising in consultancy services, particularly those with expertise in financial assessments, market entry strategies, and credit management within regulated markets. Interested businesses should be prepared to provide insightful recommendations that could identify and rectify barriers to entry for new retailers. A collaborative approach to engaging with market participants and addressing potential barriers will be essential for those aiming to compete effectively for this contract.

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

Review of Credit Arrangements in the Business Retail Market

Notice Description

The objective of the work is to lead a review of the current credit arrangements included within the Market Codes, provide recommendations on areas that should be reviewed and options that Ofwat should consider to remedy any issues identified. In particular, we are keen to understand whether the current arrangements provide any barriers to entry and/or foreclose the market to new entrants of particular scale. Associated with the credit arrangements, the WRC provides a process and timelines for default and termination for failure to provide eligible credit support. We are keen to understand whether the current provisions of the Code align with the intended timescales. MOSL (the Market Operator) carried out an engagement exercise with the industry where it sought views on the wider credit issues faced by market participants. From stakeholder responses, the potential wider policy issues appeared to be: * Barriers to entry and expansion for retailers from currently available credit support options. * Payment windows and notification processes (includes cashflow issues e.g. cliff edge, incentives for paying on time, Thames). * Schedule 3 - is it working effectively and if not what are the issues surrounding its use. * Financial assessment and market entry. Taking the above into account, the scope of the work is therefore to provide Ofwat with a suite of options it may want to take into account in reviewing the current credit arrangements. In particular, this should focus on: a) Whether the current credit arrangements are fit for purpose, taking into account Ofwat's policy objectives for the business retail market, its strategy and its statutory duties. b) Whether there are any barriers to entry to new entrant retailers (in particular independent retailers) that arise from the construct of the current Codes or the current collateral requirements and whether these barriers to entry are undue. This includes an assessment as to whether the risk sharing allocation should be amended to favour new entrant retailers with accompanying analysis and evidence. c) Any alternative credit options that are not currently provided for in the current suite of credit options available to retailers, drawing on precedent in other sectors and experience of relevant financial instruments. d) An assessment of whether modifications to the current credit arrangements need to be made for self-supply retailers. e) Areas of the Code that require modification or clarification, with accompanying evidence and analysis to support any such modification along with a recommendation for the change itself. f) Examining whether the current timelines and processes for termination and default included within the Codes are clear and aligned with the exposure of the wholesaler. g) Workshopping with trading parties/market participants and other relevant stakeholders to gauge views on issues relating to the above. h) Any suggestions the Contractor may have in addition to the above list.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-ab07c548-33ac-44a3-9f2a-52e21ec3a816
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/657e168c-c3ca-4706-8796-a59964eb8d6e
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

79400000 - Business and management consultancy and related services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£58,996 Under £100K
Contracts Value
Not specified

Notice Dates

Publication Date
17 May 20187 years ago
Submission Deadline
8 Jan 2018Expired
Future Notice Date
Not specified
Award Date
12 Jan 20188 years ago
Contract Period
15 Jan 2018 - 30 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
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

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-ab07c548-33ac-44a3-9f2a-52e21ec3a816-2018-05-17T14:56:45+01:00",
    "date": "2018-05-17T14:56:45+01:00",
    "ocid": "ocds-b5fd17-ab07c548-33ac-44a3-9f2a-52e21ec3a816",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "PROC.01.0584",
        "title": "Review of Credit Arrangements in the Business Retail Market",
        "description": "The objective of the work is to lead a review of the current credit arrangements included within the Market Codes, provide recommendations on areas that should be reviewed and options that Ofwat should consider to remedy any issues identified. In particular, we are keen to understand whether the current arrangements provide any barriers to entry and/or foreclose the market to new entrants of particular scale. Associated with the credit arrangements, the WRC provides a process and timelines for default and termination for failure to provide eligible credit support. We are keen to understand whether the current provisions of the Code align with the intended timescales. MOSL (the Market Operator) carried out an engagement exercise with the industry where it sought views on the wider credit issues faced by market participants. From stakeholder responses, the potential wider policy issues appeared to be: * Barriers to entry and expansion for retailers from currently available credit support options. * Payment windows and notification processes (includes cashflow issues e.g. cliff edge, incentives for paying on time, Thames). * Schedule 3 - is it working effectively and if not what are the issues surrounding its use. * Financial assessment and market entry. Taking the above into account, the scope of the work is therefore to provide Ofwat with a suite of options it may want to take into account in reviewing the current credit arrangements. In particular, this should focus on: a) Whether the current credit arrangements are fit for purpose, taking into account Ofwat's policy objectives for the business retail market, its strategy and its statutory duties. b) Whether there are any barriers to entry to new entrant retailers (in particular independent retailers) that arise from the construct of the current Codes or the current collateral requirements and whether these barriers to entry are undue. This includes an assessment as to whether the risk sharing allocation should be amended to favour new entrant retailers with accompanying analysis and evidence. c) Any alternative credit options that are not currently provided for in the current suite of credit options available to retailers, drawing on precedent in other sectors and experience of relevant financial instruments. d) An assessment of whether modifications to the current credit arrangements need to be made for self-supply retailers. e) Areas of the Code that require modification or clarification, with accompanying evidence and analysis to support any such modification along with a recommendation for the change itself. f) Examining whether the current timelines and processes for termination and default included within the Codes are clear and aligned with the exposure of the wholesaler. g) Workshopping with trading parties/market participants and other relevant stakeholders to gauge views on issues relating to the above. h) Any suggestions the Contractor may have in addition to the above list.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79400000",
            "description": "Business and management consultancy and related 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": "2018-01-08T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2018-01-15T00:00:00Z",
            "endDate": "2018-03-30T23:59:59+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-OC301540",
            "name": "KPMG LLP",
            "identifier": {
                "legalName": "KPMG LLP",
                "scheme": "GB-COH",
                "id": "OC301540"
            },
            "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-ab07c548-33ac-44a3-9f2a-52e21ec3a816-1",
            "status": "active",
            "date": "2018-01-12T00:00:00Z",
            "datePublished": "2018-05-17T14:56:45+01:00",
            "value": {
                "amount": 58996.25,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-OC301540",
                    "name": "KPMG LLP"
                }
            ],
            "contractPeriod": {
                "startDate": "2018-01-15T00:00:00Z",
                "endDate": "2018-03-30T23:59:59+01:00"
            },
            "description": "Awarded value is the capped price for the project so can fall below",
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/657e168c-c3ca-4706-8796-a59964eb8d6e",
                    "datePublished": "2018-05-17T14:56:45+01:00",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "contractSigned",
                    "description": "Contract",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/12af8cbb-16bb-4144-b45e-2be402486c0a",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}