Tender

Commercial Assurance Contract Audit

  • YORKSHIRE WATER SERVICES LIMITED

F05: Contract notice – utilities

Notice identifier: 2025/S 000-001916

Procurement identifier (OCID): ocds-h6vhtk-04d4c6

Published 20 January 2025, 4:02pm



Section one: Contracting entity

one.1) Name and addresses

YORKSHIRE WATER SERVICES LIMITED

Western House,Western Way, Buttershaw

BRADFORD

BD62SZ

Contact

Maria Fe Arimana

Email

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

https://service.ariba.com

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

Email

maria.fe-arimana@yorkshirewater.co.uk

Country

United Kingdom