Section one: Contracting entity
one.1) Name and addresses
YORKSHIRE WATER SERVICES LIMITED
Western House,Western Way, Buttershaw
BRADFORD
BD62SZ
Contact
Lauren Gill
lauren.gill@yorkshirewater.co.uk
Telephone
+44 7854924127
Country
United Kingdom
NUTS code
UKE41 - Bradford
Internet address(es)
Main address
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
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
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