Notice Information
Notice Title
Price Review 2024 - Supplementary Support
Notice Description
This Voluntary Ex-Ante Transparency (VEAT) relates the intention to award of a contract to provide additional capacity to support the delivery of the Price Review (PR24), through the provision of flexible access to high quality resources across a range of technical skillsets within the scope of the following workstreams: Risk and return / cost of capital; Financial modelling; Data governance and modelling coordination; Direct procurement for customers; Costs; Outcomes and Leadership/ Coordination. The contract shall be awarded under Regulation 32 as Ofwat intends to award this public contract following the negotiated procedure without prior publication of a contract notice. Justification of this intention together with full details of the intended contract are included within sections II.2.4 and IV.1.1 of this notice.
Lot Information
Lot 1
This is a VEAT notice and relates to Award notice reference 2022/S 000-029817 for the Delivery Partner for Price Review 2024. It is the intention to award a separate contract to two suppliers - Grant Thornton UK LLP and PA Consulting Limited. The contracts will be used on a need only basis to respond to changing requirements throughout the period of the contract, in particular for those projects where the existing Delivery Partner contract for PR24 may be unable to fulfil the requirement. The contract is intended to commence in September 2023 (subject to final agreement) and any required services shall complete by January 2025. The contract shall be capped to a value of GBP 1m ex VAT (GPB 1,200,00 incl VAT) for each supplier.
Renewal: The contract may need to be modified / extended in the case of appeals to PR24.
Procurement Information
We placed a Contract Notice via the Find a Tender Service (FTS) in December 2022 for the original services. Following an Open procedure, we received bids from 3 consortia, led by Grant Thornton UK LLP, PricewaterhouseCoopers LLP and PA Consulting Ltd. PricewaterhouseCoopers LLP was awarded the contract as the highest scoring bidder. Separate to the original contract award, additional capacity is required. This is a matter of strict necessity brought about by the following circumstances, all which were not foreseeable as follows: - In April 2023 after the tender process concluded, Ofwat secured approval from HMT to increase the size of its budget to enable delivery of additional regulatory work on behalf of customers and the environment. The scale of work required under a number of areas - including PR24 where infrastructure investment will be larger than previous price reviews - has increased as a result. - The need for Ofwat to have access to a wide range of advisors with the relevant capability and capacity and who are in a position to provide that support to Ofwat independently. To address this, Ofwat is undergoing a period of growth in its in-house capacity and further procurement to bolster its access to third party support. However, this will not be fully completed in time to for the Price Review process. Business Plans are received in October 2023 and we do not have sufficient time to retender for potential additional capacity to ensure the successful Delivery of PR24, including time for the necessary onboarding. To ensure successful delivery of PR24 we require flexible access to high quality resources across a range of technical skillsets. Therefore, it is the intention to award a contract to the two unsuccessful lead bidders from the original Open Procedure who also demonstrated access to these resources, along with their ability to deliver and to ensure best quality outcomes. The contracts will be used on a need only basis, in particular for those projects where the existing Delivery Partner contract may be unable to fulfil the requirement and for services of a lower value, up to a capped valued of GBP 1m +VAT for each supplier. It is our intention to adopt the original advantageous terms specified in the original tender process to ensure value for money. We welcome any questions or comments regarding this VEAT notice during the prescribed period - please contact the Ofwat procurement team at procurement@ofwat.gov.uk
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-037809
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/023846-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Negotiated without publication of a contract notice
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
66 - Financial and insurance services
-
- CPV Codes
66171000 - Financial consultancy services
Notice Value(s)
- Tender Value
- £10,000,000 £10M-£100M
- Lots Value
- £10,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £9,533,333 £1M-£10M
Notice Dates
- Publication Date
- 15 Aug 20232 years ago
- Submission Deadline
- 6 Jan 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 29 Mar 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WATER SERVICES REGULATION AUTHORITY (OFWAT)
- Contact Name
- Jamila Hinds-King, Marek Hammond
- Contact Email
- jamila.king@ofwat.gov.uk, marek.hammond@ofwat.gov.uk
- Contact Phone
- +44 1216447500, +44 1216447534
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
- TLG31 Birmingham, TLI3 Inner London - West, TLI51 Bexley and Greenwich
-
- Local Authority
- Birmingham
- Electoral Ward
- Ladywood
- Westminster Constituency
- Birmingham Ladywood
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-037809-2023-08-15T11:33:08+01:00",
"date": "2023-08-15T11:33:08+01:00",
"ocid": "ocds-h6vhtk-037809",
"description": "NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=230024. (MT Ref:230024)",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-037809",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Price Review 2024 - Supplementary Support",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "66171000",
"description": "Financial consultancy services"
},
"mainProcurementCategory": "services",
"description": "This Voluntary Ex-Ante Transparency (VEAT) relates the intention to award of a contract to provide additional capacity to support the delivery of the Price Review (PR24), through the provision of flexible access to high quality resources across a range of technical skillsets within the scope of the following workstreams: Risk and return / cost of capital; Financial modelling; Data governance and modelling coordination; Direct procurement for customers; Costs; Outcomes and Leadership/ Coordination. The contract shall be awarded under Regulation 32 as Ofwat intends to award this public contract following the negotiated procedure without prior publication of a contract notice. Justification of this intention together with full details of the intended contract are included within sections II.2.4 and IV.1.1 of this notice.",
"value": {
"amount": 10000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "This is a VEAT notice and relates to Award notice reference 2022/S 000-029817 for the Delivery Partner for Price Review 2024. It is the intention to award a separate contract to two suppliers - Grant Thornton UK LLP and PA Consulting Limited. The contracts will be used on a need only basis to respond to changing requirements throughout the period of the contract, in particular for those projects where the existing Delivery Partner contract for PR24 may be unable to fulfil the requirement. The contract is intended to commence in September 2023 (subject to final agreement) and any required services shall complete by January 2025. The contract shall be capped to a value of GBP 1m ex VAT (GPB 1,200,00 incl VAT) for each supplier.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"value": {
"amount": 10000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 660
},
"hasRenewal": true,
"renewal": {
"description": "The contract may need to be modified / extended in the case of appeals to PR24."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UKG31"
},
{
"region": "UKI51"
},
{
"region": "UK"
},
{
"region": "UKG31"
},
{
"region": "UKI51"
},
{
"region": "UKG31"
},
{
"region": "UKI3"
}
],
"relatedLot": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "66171000",
"description": "Financial consultancy services"
}
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.mytenders.co.uk/",
"communication": {
"atypicalToolUrl": "https://www.mytenders.co.uk/"
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "limited",
"procurementMethodDetails": "Negotiated without publication of a contract notice",
"tenderPeriod": {
"endDate": "2023-01-06T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2023-01-06T12:00:00Z"
},
"bidOpening": {
"date": "2023-01-06T12:00:00Z"
},
"hasRecurrence": false,
"amendments": [
{
"id": "1",
"description": "Incorrect amount stated - the contract value is 10m GBP INCLUSIVE of VAT The contract value is a maximum of 8,333,333 GBP excluding VAT. It is 10,000,000 GBP (maximum) inclusive of VAT."
},
{
"id": "2",
"description": "Required prior to contract - Carbon Reduction Plan Please note that the highest scoring bidder will need to provide a copy of their Carbon Reduction Plan prior to contract. My sincere apologies for missing this requirement when the tender was released. We have subsequently been advised by the Cabinet Office that a Carbon Reduction Plan (using the template at Annex A) is not required as part of this tender process, on the agreement that one is provided pre-contract. Details of the original requirement are available here; https://www.gov.uk/government/publications/procurement-policy-note-0621-taking-account-of-carbon-reduction-plans-in-the-procurement-of-major-government-contracts A copy has also been included under the 'Documents' section. Cabinet Office has also explained that lots of organisations, including lots of SME's, already have a Carbon Reduction Plan so, hopefully, this will not be a herculean task for anyone. Sorry again."
}
],
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_EXTREME_URGENCY",
"description": "Extreme urgency brought about by events unforeseeable for the contracting authority/entity and in accordance with the strict conditions stated in the directive"
}
],
"procurementMethodRationale": "We placed a Contract Notice via the Find a Tender Service (FTS) in December 2022 for the original services. Following an Open procedure, we received bids from 3 consortia, led by Grant Thornton UK LLP, PricewaterhouseCoopers LLP and PA Consulting Ltd. PricewaterhouseCoopers LLP was awarded the contract as the highest scoring bidder. Separate to the original contract award, additional capacity is required. This is a matter of strict necessity brought about by the following circumstances, all which were not foreseeable as follows: - In April 2023 after the tender process concluded, Ofwat secured approval from HMT to increase the size of its budget to enable delivery of additional regulatory work on behalf of customers and the environment. The scale of work required under a number of areas - including PR24 where infrastructure investment will be larger than previous price reviews - has increased as a result. - The need for Ofwat to have access to a wide range of advisors with the relevant capability and capacity and who are in a position to provide that support to Ofwat independently. To address this, Ofwat is undergoing a period of growth in its in-house capacity and further procurement to bolster its access to third party support. However, this will not be fully completed in time to for the Price Review process. Business Plans are received in October 2023 and we do not have sufficient time to retender for potential additional capacity to ensure the successful Delivery of PR24, including time for the necessary onboarding. To ensure successful delivery of PR24 we require flexible access to high quality resources across a range of technical skillsets. Therefore, it is the intention to award a contract to the two unsuccessful lead bidders from the original Open Procedure who also demonstrated access to these resources, along with their ability to deliver and to ensure best quality outcomes. The contracts will be used on a need only basis, in particular for those projects where the existing Delivery Partner contract may be unable to fulfil the requirement and for services of a lower value, up to a capped valued of GBP 1m +VAT for each supplier. It is our intention to adopt the original advantageous terms specified in the original tender process to ensure value for money. We welcome any questions or comments regarding this VEAT notice during the prescribed period - please contact the Ofwat procurement team at procurement@ofwat.gov.uk"
},
"parties": [
{
"id": "GB-FTS-8955",
"name": "Water Services Regulation Authority (Ofwat)",
"identifier": {
"legalName": "Water Services Regulation Authority (Ofwat)"
},
"address": {
"streetAddress": "Centre City Tower, 7 Hill Street",
"locality": "Birmingham",
"region": "UK",
"postalCode": "B5 4UA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Marek Hammond",
"telephone": "+44 1216447534",
"email": "marek.hammond@ofwat.gov.uk",
"url": "https://www.mytenders.co.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.ofwat.gov.uk/",
"buyerProfile": "https://www.mytenders.co.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-66565",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "11th floor, Thomas More Building Royal Courts of Justice Strand London",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.judiciary.uk/courts-and-tribunals/high-court/"
}
},
{
"id": "GB-FTS-80233",
"name": "Pricewaterhouse Coopers LLP (PwC)",
"identifier": {
"legalName": "Pricewaterhouse Coopers LLP (PwC)"
},
"address": {
"streetAddress": "1 Embankment Place",
"locality": "London",
"region": "UK",
"postalCode": "WC2N 6RH",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 8445610670"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-90225",
"name": "Water Services Regulation Authority (Ofwat)",
"identifier": {
"legalName": "Water Services Regulation Authority (Ofwat)"
},
"address": {
"streetAddress": "7 Hill St",
"locality": "Birmingham",
"region": "UKG31",
"postalCode": "B5 4UA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Jamila Hinds-King",
"telephone": "+44 1216447500",
"email": "jamila.king@ofwat.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.ofwat.gov.uk/",
"buyerProfile": "https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA24607",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-90226",
"name": "PA Consulting Services Limited",
"identifier": {
"legalName": "PA Consulting Services Limited"
},
"address": {
"streetAddress": "10 Bressenden Place",
"locality": "London",
"region": "UKI",
"postalCode": "SW1E 5DN",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-20813",
"name": "Grant Thornton UK LLP",
"identifier": {
"legalName": "Grant Thornton UK LLP"
},
"address": {
"streetAddress": "30 Finsbury Square",
"locality": "London",
"region": "UKI",
"postalCode": "EC2A 1AG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-103",
"name": "Public Procurement Review Service",
"identifier": {
"legalName": "Public Procurement Review Service"
},
"address": {
"streetAddress": "Cabinet Office",
"locality": "London",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3450103503",
"email": "publicprocurementreview@cabinetoffice.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit"
}
}
],
"buyer": {
"id": "GB-FTS-90225",
"name": "Water Services Regulation Authority (Ofwat)"
},
"language": "en",
"awards": [
{
"id": "010735-2023-PROC.01.0754-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-80233",
"name": "Pricewaterhouse Coopers LLP (PwC)"
}
]
},
{
"id": "023846-2023-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-90226",
"name": "PA Consulting Services Limited"
},
{
"id": "GB-FTS-20813",
"name": "Grant Thornton UK LLP"
}
]
}
],
"contracts": [
{
"id": "010735-2023-PROC.01.0754-1",
"awardID": "010735-2023-PROC.01.0754-1",
"status": "active",
"value": {
"amount": 8333333,
"currency": "GBP"
},
"dateSigned": "2023-03-30T00:00:00+01:00"
},
{
"id": "023846-2023-1",
"awardID": "023846-2023-1",
"status": "active",
"value": {
"amount": 1200000,
"currency": "GBP"
},
"dateSigned": "2023-08-07T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 3
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
}
}