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