Tender

Regulation Assurance

  • YORKSHIRE WATER SERVICES LIMITED

F05: Contract notice – utilities

Notice identifier: 2025/S 000-004451

Procurement identifier (OCID): ocds-h6vhtk-04dd77

Published 10 February 2025, 6:08pm



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

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Regulation Assurance

two.1.2) Main CPV code

  • 79210000 - Accounting and auditing services

two.1.3) Type of contract

Services

two.1.4) Short description

Procurement Scope:

Yorkshire Water (YWS) is seeking expressions of interest to establish a framework agreement for third-party consultancy services in Regulatory Assurance.

This framework aims to ensure compliance with regulatory requirements by delivering robust, accurate, complete, and transparent performance data to Ofwat. The primary deliverables include:

• Assurance of the Annual Performance Report (APR) and Periodic Review (PR).

• Assurance of regulatory charges.

• Ad-hoc assurance and reporting requests.

Framework duration: 5 years

Estimated number of suppliers: 3

Procurement Process:

1. Expression of Interest (EOI)

Interested parties must submit their intent to participate via email to Maria Fe Arimana at maria.fe-arimana@yorkshirewater.co.uk.

2. Selection Questionnaire (SQ)

Yorkshire Water will issue a Selection Questionnaire (SQ) via SAP Ariba to assess suppliers against key technical, financial, and compliance criteria (pass / fail). Suppliers must be registered on SAP Ariba to participate. Failure to meet the minimum criteria may result in exclusion from the tender process.

3. Invitation to Tender (ITT)

Shortlisted suppliers will proceed to the ITT stage, where submissions will be evaluated as follows:

• Technical evaluation: 70%

• Commercial evaluation: 30%

• Contractual compliance assessment

Suppliers scoring below 35% in the technical evaluation during ITT Round 1 will not proceed to Round 2.

4. Evaluation and Award

Contracts will be awarded based on the Most Economically Advantageous Tender (MEAT), considering cost, quality, and compliance.

5. Work Allocation

Yorkshire Water has defined AMP8 work packages, which will be allocated as follows:

• Mini-competitions for work valued above £100,000.

• Direct awards for work below £100,000.

Additional Notes:

• Estimated values and volumes are indicative and may be subject to change.

• Yorkshire Water reserves the right to amend or cancel the 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: £5,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79210000 - Accounting and auditing services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

This framework aims to ensure compliance with regulatory requirements by delivering robust, accurate, complete, and transparent performance data to Ofwat. The primary deliverables include:

• Assurance of the Annual Performance Report (APR) and Periodic Review (PR).

• Assurance of regulatory charges. ,

• Ad-hoc assurance and reporting requests.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

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

12 March 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

Western House,Western Way, Buttershaw

Bradford

BD62SZ

Email

maria.fe-arimana@yorkshirewater.co.uk

Country

United Kingdom