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