Award

Targeted Review of Asset Health and Resilience in the Water Industry

WATER SERVICES REGULATION AUTHORITY

This public procurement record has 2 releases in its history.

AwardUpdate

27 Mar 2017 at 12:40

Award

17 Mar 2017 at 16:00

Summary of the contracting process

The WATER SERVICES REGULATION AUTHORITY has issued a tender titled "Targeted Review of Asset Health and Resilience in the Water Industry" in the miscellaneous engineering services category. This procurement process is currently complete, with the tender period concluding on 25 January 2017. The awarded contract has a value of £87,420 and spans from 1 February 2017 to 31 March 2017, with key deliverables including reports on asset health and recommendations for transparency and consistency in the sector.

This tender represents a lucrative opportunity for firms specialising in engineering services, particularly those with expertise in asset management and resilience assessments within the water sector. Businesses of various sizes, including SMEs, are likely to find a fit in this procurement, especially those capable of leading collaborative projects and engaging effectively with regulatory bodies like Ofwat. The focus on asset health offers potential for ongoing work in the assessment and improvement of water service infrastructure.

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

Targeted Review of Asset Health and Resilience in the Water Industry

Notice Description

Objectives The targeted review will: * Provide a comprehensive assessment of asset health reporting which will include the identification of outliers. * Enable Ofwat to assess whether companies are taking full ownership of, and responsibility for, asset health. * Evaluate the relative balance of performance and condition monitoring/assessment within the context of new technology. * Evaluate the assurance which companies receive for new assets. Scope The scope of this work includes assessing company's evaluation, management and interventions with regards asset health. Any recommendations for alternative approaches for PR19 should be within the context of the overall framework of a total expenditure approach to cost assessment and the outcomes framework. Recommendations should aim to enhance customer legitimacy, enable cost effective/timely investment and provide assurance for resilience. Key Tasks In order to meet the business objectives, the project will involve the Contractor performing the following tasks: * Attending and leading meetings with all water companies (WASC's/WOC's) at their premises, however we would consider conducting some of the meetings via teleconference. A member of the Ofwat team will aim to support at these meetings. * Discussions and short debrief with the Ofwat team following each company meeting. * Input into pre-meeting briefing/information pack for companies as necessary. This may include collecting information from companies before the meeting, too. * Regular weekly discussions with the Ofwat team regarding the project, next steps and highlighting any areas of concern. * A weekly email to the project manager concerning budget spent, remaining and forecast expenditure for the remainder of the contract. * Review of available technology and approaches for performance and condition monitoring. Key Deliverables The Contractor will be required to produce the following deliverables: A draft and final report; detailing the approach and findings of the targeted review. This should be focused on addressing the questions highlighted in this ToR and include findings from discussions with companies and methods of addressing any concerns regarding robustness and consistency of asset health methodology and investment planning. The draft report should be produced no later than 15 March 2017. Earlier versions can be shared and discussed prior to this. We may request that the draft report be presented to a group of Ofwat colleagues. The final report (a full and a redacted version if required), suitable for publication, should be produced no later than 31 March 2017. Ofwat may wish to disclose the final report separately or as part of a publication. The final report should include recommendations for next steps, particularly on increasing transparency and consistency of standards across the sector.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-c1d4029c-4f15-45d2-a35d-858e5dc053f2
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/f1370a41-b54b-4aea-a226-f1982479163c
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
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71330000 - Miscellaneous engineering services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£87,420 Under £100K
Contracts Value
Not specified

Notice Dates

Publication Date
27 Mar 20178 years ago
Submission Deadline
25 Jan 2017Expired
Future Notice Date
Not specified
Award Date
31 Jan 20179 years ago
Contract Period
1 Feb 2017 - 31 Mar 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
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

HALCROW GROUP

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-c1d4029c-4f15-45d2-a35d-858e5dc053f2-2017-03-27T13:40:40+01:00",
    "date": "2017-03-27T13:40:40+01:00",
    "ocid": "ocds-b5fd17-c1d4029c-4f15-45d2-a35d-858e5dc053f2",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "PROC.01.0546",
        "title": "Targeted Review of Asset Health and Resilience in the Water Industry",
        "description": "Objectives The targeted review will: * Provide a comprehensive assessment of asset health reporting which will include the identification of outliers. * Enable Ofwat to assess whether companies are taking full ownership of, and responsibility for, asset health. * Evaluate the relative balance of performance and condition monitoring/assessment within the context of new technology. * Evaluate the assurance which companies receive for new assets. Scope The scope of this work includes assessing company's evaluation, management and interventions with regards asset health. Any recommendations for alternative approaches for PR19 should be within the context of the overall framework of a total expenditure approach to cost assessment and the outcomes framework. Recommendations should aim to enhance customer legitimacy, enable cost effective/timely investment and provide assurance for resilience. Key Tasks In order to meet the business objectives, the project will involve the Contractor performing the following tasks: * Attending and leading meetings with all water companies (WASC's/WOC's) at their premises, however we would consider conducting some of the meetings via teleconference. A member of the Ofwat team will aim to support at these meetings. * Discussions and short debrief with the Ofwat team following each company meeting. * Input into pre-meeting briefing/information pack for companies as necessary. This may include collecting information from companies before the meeting, too. * Regular weekly discussions with the Ofwat team regarding the project, next steps and highlighting any areas of concern. * A weekly email to the project manager concerning budget spent, remaining and forecast expenditure for the remainder of the contract. * Review of available technology and approaches for performance and condition monitoring. Key Deliverables The Contractor will be required to produce the following deliverables: A draft and final report; detailing the approach and findings of the targeted review. This should be focused on addressing the questions highlighted in this ToR and include findings from discussions with companies and methods of addressing any concerns regarding robustness and consistency of asset health methodology and investment planning. The draft report should be produced no later than 15 March 2017. Earlier versions can be shared and discussed prior to this. We may request that the draft report be presented to a group of Ofwat colleagues. The final report (a full and a redacted version if required), suitable for publication, should be produced no later than 31 March 2017. Ofwat may wish to disclose the final report separately or as part of a publication. The final report should include recommendations for next steps, particularly on increasing transparency and consistency of standards across the sector.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71330000",
            "description": "Miscellaneous engineering 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": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2017-01-25T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2017-02-01T00:00:00Z",
            "endDate": "2017-03-31T23:59:59+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-CFS-51561",
            "name": "Halcrow Group Limited",
            "identifier": {
                "legalName": "Halcrow Group Limited"
            },
            "address": {
                "streetAddress": "Elms House 43 Brook Green London W6 7EF"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-6920",
        "name": "WATER SERVICES REGULATION AUTHORITY"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-c1d4029c-4f15-45d2-a35d-858e5dc053f2-1",
            "status": "active",
            "date": "2017-01-31T00:00:00Z",
            "datePublished": "2017-03-27T13:40:40+01:00",
            "value": {
                "amount": 87420,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-51561",
                    "name": "Halcrow Group Limited"
                }
            ],
            "contractPeriod": {
                "startDate": "2017-02-01T00:00:00Z",
                "endDate": "2017-03-31T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/f1370a41-b54b-4aea-a226-f1982479163c",
                    "datePublished": "2017-03-27T13:40:40+01:00",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "contractNotice",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/fe88392e-8ea1-4b8f-a1d8-0215f5229d06",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}