Contract notice – utilities
Section I: Contracting 
        entity
      
I.1) Name and addresses
  United Utilities Water Ltd
  02366678
  Lingley Mere Business Park
  Warrington
  WA5 3LP
  UK
  
            Contact person: Jaime Sheldon
  
            Telephone: +44 1925678021
  
            E-mail: regulatoryprocurementteam@uuplc.co.uk
  
            NUTS: UKD
  Internet address(es)
  
              Main address: http://www.unitedutilities.com
  
              Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=33720&B=UNITEDUTILITIES
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=33720&B=UNITEDUTILITIES
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
PRO004358-Services-Framework-Innovation Corporate Accelerator Partner
            Reference number: Innovation Partner
  II.1.2) Main CPV code
  73200000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  The aim is to engage with a third party to manage and deliver an innovation accelerator program for our future innovation labs. This will enable UU to connect with start-up companies and entrepreneurs who would not normally be familiar with OJEU and the regulated environment.
  II.1.5) Estimated total value
  Value excluding VAT: 
			2 400 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    73200000
    II.2.3) Place of performance
    NUTS code:
    UKD
    II.2.4) Description of the procurement
    Required is a service agreement to use a third party to manage and deliver an innovation accelerator program including the following activities:
    Activities to include
    — defining scouting briefs
    — develop marketing material
    — Publicise material, and encourage applications
    — scouting; work with global network, data scraping, desk research
    — provide analytical insights.
    • spotting trends
    — pitch coaching
    — pitch day management
    — supplier liaison and support.
    • access to services, mentors
    — accelerator programme management
    — project scoping
    — business planning
    — demonstration management.
    We expect the innovation partner to:
    — support programme management – including frequent reporting to the innovation team and separately to operational teams and executive board members;
    — appoint people in various roles including:
    — lead programme manager – who will build excellent working relationship with client programme manager and maintain/report on progress;
    — client account representative – responsible for overall relationship – link to client programme manager;
    — scouting lead;
    — marketing, communications and promotions lead;
    — scout (finding and persuading suppliers to apply) – this means the partner will need to have access to a global innovation eco-system management especially ideas suitable to water and wastewater;
    — events management – coordinating high profile events such as supplier pitch days, mid-point reviews, final presentations, executive board visits. Co-locate at employer head office for a 3-month period to support co-creating teams [subject to restrictions on Covid-19]
    — high frequency and impactful programme promotion in co-operation with the employer’s communications teams.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.6) Estimated value
    Value excluding VAT: 
			2 400 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 96
    
                  This contract is subject to renewal: No
                
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              Yes
            
    Description of options:
    Initial 3 year fixed term with up to 5 year optional extensions (3 + 1 + 1 + 1 + 1 + 1).
    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:
  Please refer to procurement documents.
  III.1.2) Economic and financial standing
  List and brief description of selection criteria:
  Please refer to procurement documents.
Minimum level(s) of standards required:
  Please refer to procurement documents.
  III.1.3) Technical and professional ability
  List and brief description of selection criteria:
  Please refer to procurement documents.
Minimum level(s) of standards required:
  Please refer to procurement documents.
 
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  Negotiated with call for competition
  
                    IV.1.3) Information about a framework agreement or a dynamic purchasing system
                  
  The procurement involves the establishment of a framework agreement with a single operator.
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        No
      
 
IV.2) Administrative information
  IV.2.1) Previous publication concerning this procedure
  Notice number in the OJ S:
  2020/S 087-209543
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              14/08/2020
  
                Local time: 11:00
  IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
  
              Date:
              22/09/2020
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
  VI.4.1) Review body
  
    High Court of England and Wales
    City of Westminster
    London
    UK
   
 
VI.5) Date of dispatch of this notice
09/07/2020