Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Commercial Assurance Contract Audit

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04d4c6
Published by:
YORKSHIRE WATER SERVICES LIMITED
Authority ID:
AA80808
Publication date:
26 February 2025
Deadline date:
20 February 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

YORKSHIRE WATER SERVICES LIMITED

02366682

Western House,Western Way, Buttershaw

BRADFORD

BD62SZ

UK

Contact person: Maria Fe Arimana

E-mail: maria.fe-arimana@yorkshirewater.co.uk

NUTS: UKE

Internet address(es)

Main address: https://www.yorkshirewater.com/

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://service.ariba.com


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Commercial Assurance Contract Audit

II.1.2) Main CPV code

79212000

 

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: 2 400 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

CAPEX (capital, excluding Alliance Contracts)

II.2.2) Additional CPV code(s)

79212000

II.2.3) Place of performance

NUTS code:

UKE

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 900 000.00  GBP

II.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).

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.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.

Lot No: 2

II.2.1) Title

Alliance Contracts

II.2.2) Additional CPV code(s)

79212000

II.2.3) Place of performance

NUTS code:

UKE

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 600 000.00  GBP

II.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)

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.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.

Lot No: 3

II.2.1) Title

OPEX

II.2.2) Additional CPV code(s)

79212000

II.2.3) Place of performance

NUTS code:

UKE

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 900 000.00  GBP

II.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)

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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.


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 20/02/2025

Local time: 17:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Yorkshire Water Service Limited

Bradford

BD62SZ

UK

E-mail: maria.fe-arimana@yorkshirewater.co.uk

VI.5) Date of dispatch of this notice

20/01/2025

Coding

Commodity categories

ID Title Parent category
79212000 Auditing services Accounting and auditing services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
maria.fe-arimana@yorkshirewater.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.