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