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

Regulation Assurance

  • First published: 12 March 2025
  • Last modified: 12 March 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-04dd77
Published by:
YORKSHIRE WATER SERVICES LIMITED
Authority ID:
AA80808
Publication date:
12 March 2025
Deadline date:
12 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

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


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Regulation Assurance

II.1.2) Main CPV code

79210000

 

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: 5 200 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79210000

II.2.3) Place of performance

NUTS code:

UKE

II.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.

II.2.5) Award criteria

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

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


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: 12/03/2025

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

Western House,Western Way, Buttershaw

Bradford

BD62SZ

UK

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

VI.5) Date of dispatch of this notice

10/02/2025

Coding

Commodity categories

ID Title Parent category
79210000 Accounting and auditing services Accounting, auditing and fiscal 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.