Tender

External support for the assessment of draft water resource management plans

WATER SERVICES REGULATION AUTHORITY (OFWAT)

This public procurement record has 1 release in its history.

Tender

25 Sep 2017 at 16:45

Summary of the contracting process

The Water Services Regulation Authority (Ofwat) is currently undertaking a tender for "External support for the assessment of draft water resource management plans" within the water supply and wastewater services industry. This procurement process is in the planning stage, with a tender submission deadline set for 25th October 2017. The contract is expected to start on 13th November 2017 and run until 29th June 2018, focusing on locations in the West Midlands and London. The procurement method is an open procedure, with a contract value of £70,000 and a minimum value of £60,000.

This tender presents a significant opportunity for businesses involved in consulting services related to water resource management, especially those that can conduct detailed research and analysis. Companies specializing in water resources, environmental consultancy, or regulatory compliance are well-suited to compete. Furthermore, small and medium-sized enterprises (SMEs) are encouraged to participate, particularly if they have a track record of supporting public consultations and internal capacity building within regulatory frameworks.

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

External support for the assessment of draft water resource management plans

Notice Description

Water Resource Management Plans (WRMP) will be released for public consultation in January 2018 for English companies and March 2018 for Welsh companies. We will need to provide our responses within the 12 week statutory timeline. This work will consist of a desk based review of each companies draft WRMP and supporting documentation to support the development of Ofwat's response to the statutory consultation. The Contractor will have access to our findings from pre-consultation to help prioritise resources. The review will be carried out using a proportionate and risk based approach. We expect this to take the form of a layer assessment process, with core questions - common across all companies, but with additional layers for medium and high risk companies. Our initial view is that we expect: 3-6 WRMPs to be high risk; 3-6 WRMPs to be medium risk; and The rest to be low risk (including WRMPs for new appointees (NAVs)) We expect the tenders received to reflect these estimates but Contractors should include how they would revise their approach to a company's draft WRMP as the review progressed. To ensure consistency in assessment we expect a structured evaluation template to be developed. This will be developed together with our team prior to receiving the first draft WRMPs early in January 2018. We expect it will likely include: assessment of the approach and methods used to prepare their plan - is it credible and robust assessment of the need - the supply-...mpanying analysis we will review the information and compose our response which will either be in the form of: submission of the report alongside a covering letter explaining the nature and context of our response; or use of the report to develop a short response that outlines any significant concerns and/or positives with the draft WRMP and also explains the nature and context of our response. This work will require the Contractor to undertake detailed research and analysis, working closely with and under the direction of our project team. We expect the Contractor to assist the project team in preparing internal and potentially external briefing papers or presentations relating to the work in scope as required, usually aligned to the key tasks. The Contractor is not expected to present to external stakeholders or act on our behalf with stakeholders. Any internal or external presentation of the assessment will remain with us, but the Contractor may be required to contribute where necessary. We also expect the Contractor to upskill our internal staff through the work on WRMPs. The Contractor should set out in its tender submissions how it intends to deliver upskilling. Alongside this we request proposals, outlined in further detail below, for contractors to provide a debriefing session for the wider Ofwat price review team covering the areas within the scope of work and highlighting key links to PR19. We expect this would take place near the end of the contract

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-f34c42c7-74e3-4f28-ae71-e4c27340103f
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/1ccbbbac-0f4b-4948-838b-80b38c7d55f1
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90713100 - Consulting services for water-supply and waste-water other than for construction

Notice Value(s)

Tender Value
£70,000 Under £100K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
25 Sep 20178 years ago
Submission Deadline
25 Oct 2017Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
13 Nov 2017 - 29 Jun 2018 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

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

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-f34c42c7-74e3-4f28-ae71-e4c27340103f-2017-09-25T17:45:11+01:00",
    "date": "2017-09-25T17:45:11+01:00",
    "ocid": "ocds-b5fd17-f34c42c7-74e3-4f28-ae71-e4c27340103f",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "MT202449",
        "title": "External support for the assessment of draft water resource management plans",
        "description": "Water Resource Management Plans (WRMP) will be released for public consultation in January 2018 for English companies and March 2018 for Welsh companies. We will need to provide our responses within the 12 week statutory timeline. This work will consist of a desk based review of each companies draft WRMP and supporting documentation to support the development of Ofwat's response to the statutory consultation. The Contractor will have access to our findings from pre-consultation to help prioritise resources. The review will be carried out using a proportionate and risk based approach. We expect this to take the form of a layer assessment process, with core questions - common across all companies, but with additional layers for medium and high risk companies. Our initial view is that we expect: 3-6 WRMPs to be high risk; 3-6 WRMPs to be medium risk; and The rest to be low risk (including WRMPs for new appointees (NAVs)) We expect the tenders received to reflect these estimates but Contractors should include how they would revise their approach to a company's draft WRMP as the review progressed. To ensure consistency in assessment we expect a structured evaluation template to be developed. This will be developed together with our team prior to receiving the first draft WRMPs early in January 2018. We expect it will likely include: assessment of the approach and methods used to prepare their plan - is it credible and robust assessment of the need - the supply-...mpanying analysis we will review the information and compose our response which will either be in the form of: submission of the report alongside a covering letter explaining the nature and context of our response; or use of the report to develop a short response that outlines any significant concerns and/or positives with the draft WRMP and also explains the nature and context of our response. This work will require the Contractor to undertake detailed research and analysis, working closely with and under the direction of our project team. We expect the Contractor to assist the project team in preparing internal and potentially external briefing papers or presentations relating to the work in scope as required, usually aligned to the key tasks. The Contractor is not expected to present to external stakeholders or act on our behalf with stakeholders. Any internal or external presentation of the assessment will remain with us, but the Contractor may be required to contribute where necessary. We also expect the Contractor to upskill our internal staff through the work on WRMPs. The Contractor should set out in its tender submissions how it intends to deliver upskilling. Alongside this we request proposals, outlined in further detail below, for contractors to provide a debriefing session for the wider Ofwat price review team covering the areas within the scope of work and highlighting key links to PR19. We expect this would take place near the end of the contract",
        "datePublished": "2017-09-25T17:45:11+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "90713100",
            "description": "Consulting services for water-supply and waste-water other than for construction"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 60000,
            "currency": "GBP"
        },
        "value": {
            "amount": 70000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2017-10-25T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2017-11-13T00:00:00Z",
            "endDate": "2018-06-29T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/1ccbbbac-0f4b-4948-838b-80b38c7d55f1",
                "datePublished": "2017-09-25T17:45:11+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at the link provided.",
                "url": "http://www.mytenders.org/search/show/search_view.aspx?ID=SEP147350"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-1230",
            "name": "Water Services Regulation Authority (Ofwat)",
            "identifier": {
                "legalName": "Water Services Regulation Authority (Ofwat)"
            },
            "address": {
                "streetAddress": "Centre City Tower, 7 Hill Street",
                "locality": "Birmingham",
                "postalCode": "B5 4UA",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Roger Dunthorne",
                "email": "roger.dunthorne@ofwat.gsi.gov.uk",
                "telephone": "+44 1216447500"
            },
            "details": {
                "url": "http://www.ofwat.gov.uk/"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-1230",
        "name": "Water Services Regulation Authority (Ofwat)"
    }
}