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
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
maria.fe-arimana@yorkshirewater.co.uk
Country
United Kingdom