Tender

Admittance to a panel for supply of Forensic Audit Services

  • YORKSHIRE WATER SERVICES LIMITED

F05: Contract notice – utilities

Notice identifier: 2021/S 000-027820

Procurement identifier (OCID): ocds-h6vhtk-02f419

Published 5 November 2021, 12:39pm



The closing date and time has been changed to:

5 December 2021, 5:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

YORKSHIRE WATER SERVICES LIMITED

Western House,Western Way, Buttershaw

BRADFORD

BD62SZ

Contact

Lauren Gill

Email

lauren.gill@yorkshirewater.co.uk

Telephone

+44 7854924127

Country

United Kingdom

NUTS code

UKE41 - Bradford

Internet address(es)

Main address

www.yorkshirewater.com

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

www.yorkshirewater.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.yorkshirewater.com

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Admittance to a panel for supply of Forensic Audit Services

two.1.2) Main CPV code

  • 79212000 - Auditing services

two.1.3) Type of contract

Services

two.1.4) Short description

Forensic auditing of commercial contracts for the purpose of cost recovery.

two.1.5) Estimated total value

Value excluding VAT: £1,800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79994000 - Contract administration services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

Forensic audit and insights are Value for Money (VFM) reviews of commercial contracts with an expected annual cash recovery of c£1.5m. The main objective of undertaking a Forensic Audit & Insights are to identify value leakage and potential ways of unlocking this economic leakage for the business to achieve significant financial outperformance, whilst maintaining and not compromising service to our stakeholders.

The audits are performed on a risk basis, with the main objective being:

• To investigate Compliance against Contractual Obligations and Key Performance Indicators;

• To identify, investigate and quantify off-contractual expenditure;

• To identify, investigate and quantify financial wastage; and,

• To identify contract terms and conditions which require strengthening, improving and creating.

The Commercial Assurance team is looking to partner with external audit consultants to support the delivery of forensic audit and insights. This is done where it is deemed specialist knowledge and expertise of external markets environments is required where we lack the experience internally.

An annual programme is developed by the Contract Audit Manager, based on value, risk and timing of contract expiry. The audit programme is presented to Leadership Team(s) to seek input and support and, if necessary, the plan can be flexed to incorporate contract reviews that are at special request.

The Process:

In the first instance the expression of interests to participate must be submitted via email to Lauren Gill (Lauren.Gill@yorkshirewater.co.uk). A pre-qualification questionnaire will be issued to bidders upon receipt of an expression of interest. Bidders will then be assessed over two stages:

1. First stage - quality criteria: All bidders will be assessed from a capability perspective at the beginning of the process (PQQ/RFI stages). Bidders will respond to case studies that evidence their depth and breadth of experience related to either or both lots, among other qualitative questions. Bidders will be required to demonstrate an understanding of YWS requirements in their response. YWS might conduct reference checks related to the submitted case studies.

Scoring criteria for each of the PQQ / RFI questions will be shared alongside the questionnaire. Bidders that do not meet the minimum criteria, will be excluded from the process at this stage.

2. Second stage - Commercial criteria: Bidders will be requested to submit commercials for the provision of the service (YWS reserves the right to execute multiple commercial rounds). YWS will evaluate bidders for each lot from a qualitative and commercial perspective. YWS reserves the right to assign a manageable number of companies to each of the lots which will form the scope of the tender.

Overall scoring criteria will be shared alongside the procurement documentation.

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

36

This contract is subject to renewal

Yes

Description of renewals

The initial contract term will be for 36 months. YWS reserves the option to extend further for 12 months based on satisfactory performance of the contract by the service providers. Further details will be sent out in the procurement documents.

The estimated value is based on the initial contract term, excluding renewal. (i.e. 36 months).

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

Restricted procedure

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

Originally published as:

Date

17 December 2021

Local time

5:00pm

Changed to:

Date

5 December 2021

Local time

5:00pm

See the change notice.

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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

six.3) Additional information

The contracting authority reserves the right to cancel the procurement and not to proceed with the award of any contract at any stage of the procurement process and/or to award only part or parts of any contract. Save for any mandatory periods, the timescales indicated in this notice are indicative and the contracting authority reserves the right to amend the same.

six.4) Procedures for review

six.4.1) Review body

Yorkshire Water Services

Bradford

BD6 2SZ

Country

United Kingdom