Section one: Contracting entity
one.1) Name and addresses
YORKSHIRE WATER SERVICES LIMITED
Western House,Western Way, Buttershaw
BRADFORD
BD62SZ
Contact
Maria Fe Arimana
maria.fe-arimana@yorkshirewater.co.uk
Country
United Kingdom
Region code
UKE - Yorkshire and the Humber
Companies House
02366682
Internet address(es)
Main address
https://www.yorkshirewater.com/
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://www.yorkshirewater.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Commercial Assurance Contract Audit
two.1.2) Main CPV code
- 79212000 - Auditing services
two.1.3) Type of contract
Services
two.1.4) Short description
Procurement Scope:
This notice seeks expressions of interest for establishing a framework agreement to cover Yorkshire Water's (YWS) requirements of third-party consultancy services to provide forensic auditing of commercial contracts.
This framework aims to provide forensic auditing of commercial contracts to identify financial inefficiencies and unlock opportunities for significant financial gains. The risk-based audits focus on ensuring contract compliance and cost assurance, identifying cost recoveries, and recommending contract improvements.
The framework will have an initial term of three years, with the option to extend for up to two additional years, followed by an optional one-year extension (3 + 2 + 1).
Procurement Process:
Expression of Interest (EOI)
Interested parties must submit a notification of their intent to participate via e-mail to Maria Fe Arimana at maria.fe-arimana@yorkshirewater.co.uk
Selection Questionnaire (SQ)
YWS will issue a pre-qualification Selection Questionnaire via SAP Ariba to assess suppliers against key technical, financial, and compliance criteria. Suppliers must be registered on SAP Ariba to respond. Suppliers that fail to meet the minimum criteria can be excluded from the tender process.
Invitation to Tender (ITT)
Qualified bidders will proceed to the ITT stage, where commercial and technical submissions will be evaluated based on predefined criteria. This stage also includes contractual compliance.
Evaluation and Award
Successful suppliers will be awarded a place in the framework based on the most economically advantageous tender (MEAT), balancing cost, quality, and compliance.
Additional Notes:
Any estimated values or volumes provided are indicative only. Yorkshire Water reserves the right to adjust its requirements during the framework's duration.
YWS reserves the right to cancel or amend this procurement process at its discretion without liability.
Securing a place on the framework does not guarantee work.
two.1.5) Estimated total value
Value excluding VAT: £2,400,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
CAPEX (capital, excluding Alliance Contracts)
Lot No
1
two.2.2) Additional CPV code(s)
- 79212000 - Auditing services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
To review contract and cost compliance for Capital contracts (typically NEC), identify value leakage, cost overruns, overpayments, and strengthen contracts for better cost control in non-alliance projects.
This lot has a total estimated value (excluding VAT) of £900k, £150k annually.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework will have an initial term of three years, with the option to extend for up to two additional years, followed by an optional one-year extension (3 + 2 + 1).
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
This proposed lot structure is indicative and may be refined during the Invitation to Tender (ITT) stage based on market feedback and Yorkshire Water's requirements.
Final lot arrangements will be confirmed in the tender documentation issued to qualified suppliers after the Selection Questionnaire (SQ) stage.
two.2) Description
two.2.1) Title
Alliance Contracts
Lot No
2
two.2.2) Additional CPV code(s)
- 79212000 - Auditing services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
To review contract and cost compliance, identify value leakage, cost overruns, and support the year end close out and annual financial reconciliation process.
This lot has a total estimated value (excluding VAT) of £600k, £100k annually.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework will have an initial term of three years, with the option to extend for up to two additional years, followed by an optional one-year extension (3 + 2 + 1)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
This proposed lot structure is indicative and may be refined during the Invitation to Tender (ITT) stage based on market feedback and Yorkshire Water's requirements.
Final lot arrangements will be confirmed in the tender documentation issued to qualified suppliers after the Selection Questionnaire (SQ) stage.
two.2) Description
two.2.1) Title
OPEX
Lot No
3
two.2.2) Additional CPV code(s)
- 79212000 - Auditing services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
To review contract and cost compliance for operational spending, identifying value leakage, inefficiencies, overpayments, and recommending process improvements to enhance value recovery.
This lot has a total estimated value (excluding VAT) of £900k, £150k annually.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework will have an initial term of three years, with the option to extend for up to two additional years, followed by an optional one-year extension (3 + 2 + 1)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
This proposed lot structure is indicative and may be refined during the Invitation to Tender (ITT) stage based on market feedback and Yorkshire Water's requirements.
Final lot arrangements will be confirmed in the tender documentation issued to qualified suppliers after the Selection Questionnaire (SQ) stage.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Selection criteria as stated in the procurement documents
Please reach out to Maria Fe Arimana maria.fe-arimana@yorkshirewater.co.uk to express interest and you will be added to the Ariba event where you will be able to access al relevant tender documentation.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 February 2025
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Yorkshire Water Service Limited
Bradford
BD62SZ
maria.fe-arimana@yorkshirewater.co.uk
Country
United Kingdom