Construction Tenders

Fri September 27 2024

Related Information

Construction Contract Leads

West Midlands

Category Services

Type

No. of Lots 3

Status Active

Published 24th Sep 2024

Tender Details
Referenceocds-h6vhtk-049d6e
Common Procurement VocabularyPublic utilities
Procurement MethodOpen procedure
Value£18,400,000
« Previous Page

West Midlands

Category Services

Type

No. of Lots 3

Status Active

Published 24th Sep 2024

Tender Details
Referenceocds-h6vhtk-049d6e
Common Procurement VocabularyPublic utilities
Procurement MethodOpen procedure
Value£18,400,000

Section I: Contracting authority

I.1) Name and addresses

Water Services Regulation Authority (Ofwat)

Centre City Tower, 7 Hill Street

Birmingham

B5 4UA

Email

Procurement [at] ofwat.gov.uk

Telephone

+44 1216447534

Country

United Kingdom

NUTS code

UKG31 - Birmingham

Internet address(es)

Main address

http://www.ofwat.gov.uk/

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA24607

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.mytenders.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk/

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Ofwat Innovation Fund delivery partner 2025-30

Reference number

PROC.0024

II.1.2) Main CPV code

  • 65000000 - Public utilities

II.1.3) Type of contract

Services

II.1.4) Short description

We are looking to appoint delivery partners to support Ofwat in delivering the Ofwat Innovation Fund and aspects of the Water Efficiency Fund in AMP 8 (the asset management planning period which runs from April 2025-March 2030). This is a continuation of the existing Innovation Fund which was established in 2020 and the introduction of a new Water Efficiency Fund (WEF) of which this Invitation to Tender is concerned with only two aspects: the Water Efficiency Lab (WEL) – an annual competition similar to the Innovation Fund but focused solely on water efficiency, and the evaluation of the Water Efficiency Campaign (WEC), which is the other part of the two components that make up the WEF.

We are looking for delivery partner support in three distinct but linked areas:

Lot 1: Core Innovation Fund and WEL delivery

Lot 2: Implementation programme

Lot 3: Evaluation

II.1.5) Estimated total value

Value excluding VAT: £18,400,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

II.2) Description

II.2.1) Title

Lot 1: Core Innovation Fund and WEL delivery

Lot No

1

II.2.2) Additional CPV code(s)

  • 65000000 - Public utilities

II.2.3) Place of performance

NUTS codes
  • UKG31 - Birmingham
  • UKI - London
  • UKI32 - Westminster

II.2.4) Description of the procurement

Lot 1: Core Innovation Fund and WEL delivery

Lot 1 is broken down into the following services (detailed descriptions follow):

1. Water Breakthrough Challenge rounds 6-7

2. Water Discovery Challenge round 2

3. Water Efficiency Lab rounds 1-2

4. Collaborative Challenge programme

5. Monitoring of live projects and project closedown

6. Programme governance

7. Marketing and communications

8. Data collection to inform AMP 8 evaluation

The overall budget range for the initial two-year contract for Lot 1: Core Innovation Fund and WEL delivery is 4,400,000-5,800,000

The overall budget for 3-5 of the period will be determined towards the end of year 2 is 6,500,000-8,700,000

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.2.6) Estimated value

Value excluding VAT: £14,500,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

3 year extension following review in year 2

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 2: Implementation programme

Lot No

2

II.2.2) Additional CPV code(s)

  • 65000000 - Public utilities

II.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster
  • UKG31 - Birmingham

II.2.4) Description of the procurement

The Innovation Fund aims to support the adoption and roll-out of innovative products, services and concepts. We expect most water companies will see the benefits of adopting successful innovations with no further support from Ofwat. However, throughout our engagement with companies in 2023/24 we have understood that it can take many years for companies to adopt an innovation and there have been suggestions that part of the fund should be targeted to help speed up implementation of new products, services and concepts.

The Supplier and Ofwat will work closely together with the sector to determine what an effective implementation programme could look like. The programme will focus on accelerating the adoption and scaling of innovations awarded funding through the Ofwat Innovation Fund but also to support innovation implementation more generally across the sector.

Co-design and delivery of new programme to support the acceleration of adoption and scaling of innovations across sector. Timetable to be agreed with the Supplier in line with the capacity of the sector to engage in design of the programme, but work expected to start in 2025.

The overall budget range for the initial two-year contract for Lot 2: Implementation programme is 500,000-800,000

The possible budget in years 3-5 of extension period for Lot 2: Implementation programme is 800,000-1,100,000

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.2.6) Estimated value

Value excluding VAT: £19,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

3 years

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 3: Evaluation

Lot No

3

II.2.2) Additional CPV code(s)

  • 65000000 - Public utilities

II.2.3) Place of performance

NUTS codes
  • UKG31 - Birmingham
  • UKI32 - Westminster

II.2.4) Description of the procurement

Lot 3 is broken down into the following services

1. AMP 7 Evaluation: Delivery of an impact and Value for Money (VfM) evaluation programme before the end of 2027

2. Delivery and coordination of AMP 8 evaluation activity.

The overall budget range for the initial two-year contract for Lot 3: Evaluation is 600,000-900,000

The overall value in years 3-5 of the period will be determined towards the end of year 2 and could be in the range of 800,000-1,100,000

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.2.6) Estimated value

Value excluding VAT: £2,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

3 year extension

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As outlined in the ITT

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

20 November 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 2 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

20 November 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

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=232815.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:232815)

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview [at] cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit