Admittance to a panel for supply of Forensic Audit Services
A Tender Notice
by YORKSHIRE WATER SERVICES LIMITED
- Source
- Find a Tender
- Type
- Framework (Services)
- Duration
- 35.5 month
- Value
- £0-£2M
- Sector
- BUSINESS
- Published
- 05 Nov 2021
- Delivery
- To 01 Dec 2024 (est.)
- Deadline
- 17 Dec 2021 17:00
Concepts
Location
Yorkshire and the Humber:
1 buyer
- Yorkshire Water Services Bradford
Description
Forensic auditing of commercial contracts for the purpose of cost recovery.
Total Quantity or Scope
Forensic audit and insights are Value for Money (VFM) reviews of commercial contracts with an expected annual cash recovery of c£1.5m. The main objective of undertaking a Forensic Audit & Insights are to identify value leakage and potential ways of unlocking this economic leakage for the business to achieve significant financial outperformance, whilst maintaining and not compromising service to our stakeholders. The audits are performed on a risk basis, with the main objective being: • To investigate Compliance against Contractual Obligations and Key Performance Indicators; • To identify, investigate and quantify off-contractual expenditure; • To identify, investigate and quantify financial wastage; and, • To identify contract terms and conditions which require strengthening, improving and creating. The Commercial Assurance team is looking to partner with external audit consultants to support the delivery of forensic audit and insights. This is done where it is deemed specialist knowledge and expertise of external markets environments is required where we lack the experience internally. An annual programme is developed by the Contract Audit Manager, based on value, risk and timing of contract expiry. The audit programme is presented to Leadership Team(s) to seek input and support and, if necessary, the plan can be flexed to incorporate contract reviews that are at special request. The Process: In the first instance the expression of interests to participate must be submitted via email to Lauren Gill (Lauren.Gill@yorkshirewater.co.uk). A pre-qualification questionnaire will be issued to bidders upon receipt of an expression of interest. Bidders will then be assessed over two stages: 1. First stage - quality criteria: All bidders will be assessed from a capability perspective at the beginning of the process (PQQ/RFI stages). Bidders will respond to case studies that evidence their depth and breadth of experience related to either or both lots, among other qualitative questions. Bidders will be required to demonstrate an understanding of YWS requirements in their response. YWS might conduct reference checks related to the submitted case studies. Scoring criteria for each of the PQQ / RFI questions will be shared alongside the questionnaire. Bidders that do not meet the minimum criteria, will be excluded from the process at this stage. 2. Second stage - Commercial criteria: Bidders will be requested to submit commercials for the provision of the service (YWS reserves the right to execute multiple commercial rounds). YWS will evaluate bidders for each lot from a qualitative and commercial perspective. YWS reserves the right to assign a manageable number of companies to each of the lots which will form the scope of the tender. Overall scoring criteria will be shared alongside the procurement documentation.
Renewal Options
The initial contract term will be for 36 months. YWS reserves the option to extend further for 12 months based on satisfactory performance of the contract by the service providers. Further details will be sent out in the procurement documents. The estimated value is based on the initial contract term, excluding renewal. (i.e. 36 months).
CPV Codes
- 79212000 - Auditing services
- 79994000 - Contract administration services
Indicators
- This is a one-off contract (no recurrence)
- Renewals are available.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** The contracting authority reserves the right to cancel the procurement and not to proceed with the award of any contract at any stage of the procurement process and/or to award only part or parts of any contract. Save for any mandatory periods, the timescales indicated in this notice are indicative and the contracting authority reserves the right to amend the same.
Reference
- ocds-h6vhtk-02f419
- FTS 027820-2021