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

Improvement and Journey Management Framework

  • First published: 05 May 2020
  • Last modified: 05 May 2020

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)

Contents

Summary

OCID:
Published by:
Yorkshire Water Services Ltd
Authority ID:
AA21059
Publication date:
05 May 2020
Deadline date:
01 June 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 end to end journey management will require support across the following areas both in a consulting capacity and contracting alongside the core team.

Collaborative approach centred around growing capability, supporting and informing the Yorkshire Water approach to enable best-in-class customer experience in an increasingly efficient way for the business.

1) Understanding what customers truly value — support in creating an outside-in view of the world by evidencing and synthesising numerous sources of information to create compelling insights to provoke action.

Insight

— customer opinions (what they say),

— customer behaviour (what they do),

— FAQs and online search trends (what they search for),

— social media and complaints analysis (what they shout about).

Customer feedback

— gather and analyse ‘voice of the customer’ measures,

— identify pain points and gain points,

— Benchmark against best in class inside and outside industry,

— align customer view across the business.

Foresight

— understand future customer expectations and opportunities,

— challenge the organisation and regulators’ thinking,

— inspire stakeholders with what’s possible,

— maintain an outside-in view of the industry,

— influence organisational strategy.

2) Setting clear direction, mobilisation and engagement — making clear connections between business strategy, change programmes and colleague engagement

Strategy creation

— define CX ambition and goals in line with the organisational strategy,

— define, agree and understand the core customer segments/personas,

— prioritise key touch points and experiences to apply a dedicated design focus,

— identify the cost of inaction as well as the business case for change.

Change Implementation

— prioritise initiatives and develop light-touch business case for customer and commercials,

— robust engagement and handover process with delivery stakeholders,

— engage and inform recruitment, training, and coaching initiatives.

Organisation engagement

— bring the story to life across the business to engage and inspire,

— surface and share good news stories and examples of best practise,

— gather improvement ideas,

— immerse senior colleagues.

3) End to end journey management and design

Support a systematic approach to continuously improving end to end journeys against a clear future ‘target state’

Journey management

— assess and evidence the current reality of end to end journeys on an ongoing basis (emotional, mental and physical effort),

— track and monitor improvements, measuring success by impact on customer, colleagues and commercials,

— support colleagues to think broader than their own area to galvanise a holistic approach,

— focus on the whole customer journey not just the business journey including areas outside direct control,

— Governance.

Experience design

— design and shape end to end journeys collaborating across all key stakeholders and third-party expertise,

— develop a robust design process and experience assessment methodology,

— surface ideas from within the business and outside perspectives.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Yorkshire Water Services Ltd

Bradford

BD6 2SZ

UK

Contact person: Naomi Randhawa

E-mail: naomi.a.randhawa@yorkshirewater.co.uk

NUTS: UKE41

Internet address(es)

Main address: www.yorkshirewater.com

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

www.yorkshirewater.co.uk


Additional information can be obtained from the abovementioned address


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

Improvement and Journey Management Framework

II.1.2) Main CPV code

79410000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Yorkshire Water Services Ltd (‘YWS’) is one of the largest Water Utility companies in the UK, with a turnover of GBP 1 billion. YWS provides water and wastewater services to 5.2 million customers. YWS are due to start their new ‘Asset Management Period’ (‘AMP’) and see a culture of sustainable improvement as key to delivering their ambition to continue to provide excellent service whilst keeping bills affordable. YWS are tendering the services that will provide, consultancy/advisory services regarding the development of an internal culture that embraces journey management and continuous improvement.

II.1.5) Estimated total value

Value excluding VAT: 2 200 000.00  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

Journey Management Consultancy

II.2.2) Additional CPV code(s)

79400000

II.2.3) Place of performance

NUTS code:

UKE41

II.2.4) Description of the procurement

Lot 1 end to end journey management will require support across the following areas both in a consulting capacity and contracting alongside the core team.

Collaborative approach centred around growing capability, supporting and informing the Yorkshire Water approach to enable best-in-class customer experience in an increasingly efficient way for the business.

1) Understanding what customers truly value — support in creating an outside-in view of the world by evidencing and synthesising numerous sources of information to create compelling insights to provoke action.

Insight

— customer opinions (what they say),

— customer behaviour (what they do),

— FAQs and online search trends (what they search for),

— social media and complaints analysis (what they shout about).

Customer feedback

— gather and analyse ‘voice of the customer’ measures,

— identify pain points and gain points,

— Benchmark against best in class inside and outside industry,

— align customer view across the business.

Foresight

— understand future customer expectations and opportunities,

— challenge the organisation and regulators’ thinking,

— inspire stakeholders with what’s possible,

— maintain an outside-in view of the industry,

— influence organisational strategy.

2) Setting clear direction, mobilisation and engagement — making clear connections between business strategy, change programmes and colleague engagement

Strategy creation

— define CX ambition and goals in line with the organisational strategy,

— define, agree and understand the core customer segments/personas,

— prioritise key touch points and experiences to apply a dedicated design focus,

— identify the cost of inaction as well as the business case for change.

Change Implementation

— prioritise initiatives and develop light-touch business case for customer and commercials,

— robust engagement and handover process with delivery stakeholders,

— engage and inform recruitment, training, and coaching initiatives.

Organisation engagement

— bring the story to life across the business to engage and inspire,

— surface and share good news stories and examples of best practise,

— gather improvement ideas,

— immerse senior colleagues.

3) End to end journey management and design

Support a systematic approach to continuously improving end to end journeys against a clear future ‘target state’

Journey management

— assess and evidence the current reality of end to end journeys on an ongoing basis (emotional, mental and physical effort),

— track and monitor improvements, measuring success by impact on customer, colleagues and commercials,

— support colleagues to think broader than their own area to galvanise a holistic approach,

— focus on the whole customer journey not just the business journey including areas outside direct control,

— Governance.

Experience design

— design and shape end to end journeys collaborating across all key stakeholders and third-party expertise,

— develop a robust design process and experience assessment methodology,

— surface ideas from within the business and outside perspectives.

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: 903 280.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Subject to mutual agreement the contract may be extended for a total of 36 months (1 + 1 + 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

Lot No: 2

II.2.1) Title

Improvement Consultancy

II.2.2) Additional CPV code(s)

79400000

II.2.3) Place of performance

NUTS code:

UKE41

II.2.4) Description of the procurement

There are two main needs from an improvement point of view that we will need external support for:

(a) working as a deliverer

• provide expert consultants who can deliver improvement work where the YW COE do not have the capacity to deliver,

• this work will tend to be project based with a defined timeframe and scope. Most likely less complex ‘in team’ or ‘in function’ work,

• we would expect this work to be undertaken via our methods/approaches and for any partner to be an extension of the internal YW Team.

Examples might be:

Process modellers, CI analysts, improvement specialists – people who can deliver improvement interventions as well as do task-oriented activity for process ownership, management and governance.

(b) working as a partner to the YW COE

• provide expert consultation to work ‘shoulder-to-shoulder’ with the YW COE in delivering their objectives and build capability,

• this work could include anything from our portfolio;

— the co-delivery of a performance excellence culture within business teams,

— improvement project co-delivery (most likely complex, cross functional/business wide),

— general advice and coaching to develop our COE,

— training co-delivery,

— external benchmarking/best practice so that the YW COE can continuously improve their offering.

YWS expect this work to be done ‘shoulder-to-shoulder’ with our COE so that a sustainable transfer of skill can take place reducing our reliance on external support for basic improvement delivery.

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: 1 300 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Subject to mutual agreement the contract may be extended for a total of 36 months (1 + 1 + 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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.3) Technical and professional ability

List and brief description of selection criteria:

YWS envisage this being awarded to a number of expert partners who can demonstrate experience and a proven track record of delivering our requirements, as well as demonstrating the key values and behaviours we expect from our partner organisations.It is critical that the successful partners are customer-led and commercially astute to ensure the solutions delivered to customers and colleagues are sustainable for Yorkshire Water.

YWS require partners with the proven ability to build belief at the highest level, working with leadership teams to see their work in a different way and approach change activities with the right principles in place. YWS partners should work with us to deliver proof points, not just hand over the theory.


III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

42 day payment terms from the date of invoice are required.

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: 01/06/2020

Local time: 12:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Yorkshire Water Services Ltd

Bradford

UK

VI.5) Date of dispatch of this notice

04/05/2020

Coding

Commodity categories

ID Title Parent category
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79410000 Business and management consultancy services Business and management consultancy and related 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:
naomi.a.randhawa@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.