Tender

Supply of Services Associated with Management Consulting services

YORKSHIRE WATER SERVICES LIMITED

This public procurement record has 1 release in its history.

Tender

19 Aug 2021 at 16:48

Summary of the contracting process

The Yorkshire Water Services Limited is conducting a procurement process titled "Supply of Services Associated with Management Consulting Services," which falls under the business services industry category. The procurement method is selective, adopting a negotiated procedure with a prior call for competition. This active tender aims to establish a framework agreement for management consulting services with an estimated value of £17,000,000 over a potential five-year term, split into various specialist areas, including Change Management and Transformation Delivery Partner support. The submission deadline is set for 20th September 2021, with the initial contract duration lasting 36 months, and potential for an additional 24 months based on satisfactory performance.

This tender presents significant opportunities for businesses specialising in management consulting, particularly those equipped to provide services in change management, process improvement, and market strategy. Participating businesses should possess a robust track record in their respective specialised areas and be prepared to respond to qualitative and commercial assessment criteria as outlined in the procurement documents. Firms that can demonstrate relevant experience via case studies and have the capability to engage with Yorkshire Water Services across its various operational needs will be well-positioned to compete effectively for this contract.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Supply of Services Associated with Management Consulting services

Notice Description

This notice is seeking expressions of interest for establishment of a Framework Agreement for Management Consulting services and Resource Augmentation capacity across Yorkshire Water Services' (referenced 'YWS' herein) different businesses. Service comprises of general management consulting services including the following specialist buckets: * Change Management * Target Operating Model / Organisational Design * Process Mapping / Improvement / Lean Consulting / Operational Efficiencies / Value Chain Efficiencies * Transformation Delivery Partner support * Customer Journey / Customer experience * Market Strategy / Strategy Consulting Services

Lot Information

Lot 1

Successful bidders will work alongside YWS to provide a range of Management Consulting services, split into different specialist buckets. This procurement intends to place a framework agreement for a three-year initial term with the potential to extend for up to additional 2 years (3 + 2, with a total estimated value (excluding VAT) of PS17,000,000 GBP over the 5 years. The annual estimated value is around PS3,500,000 GBP. Securing a place in the framework agreement does not guarantee bidders any volumes of work but will enable the bidder to bid for individual pieces of work over the next 3 to 5 years. Specialist buckets: * Change Management Support YWS individuals' transition through company changes across processes, organisation structures, implementation of new technology among others. Help YWS in unlocking individuals' full potential. Some of key activities in this specialist bucket (but not limited to) are: - Identification of employee types - Execute cultural / change workshops with key employees and leadership team - Communication of changes within organisation - Training of individuals on new processes / work dynamics and methodologies - Map and quantify impact of changes on individuals and set up mitigation plan * Target Operating Model / Organisational Design Support YWS shape its organisational structure to support the company's vision and market strategy. Some of key activities in this specialist bucket (but not limited to) are: - Re-design of company's structure and organisational chart - Evaluate synergies within departments to create a lean and fit for purpose structure - Develop an agile organisation that maximises efficiency across processes, people and technology * Process Mapping / Improvement / Lean Consulting / Operational Efficiencies / Value Chain Efficiencies Identification of operational efficiencies through process re-design and/or implementation of methodologies such as lean consulting / six sigma among others. Some activities expected in this specialist bucket are (but not limited to): - Developing 'as is' process situation and creating improvement hypothesis documents - Developing 'as is' and 'to be' process charts - Identification of improvement areas and a plan that will create operational and value chain efficiencies such as process efficiencies, cost reduction, etc. * Transformation Delivery Partner support: Some of the activities within this specialist bucket (but not limited to) are: - Transformation expertise to lead and/or support the delivery of specific outcomes within an agreed period - To provide technical / subject matter expertise to the business stakeholders on the delivery of specific outcomes - To provide governance and assurance over the delivery of those specific outcomes - To provide suitably qualified resource to support the delivery of specific outcomes in terms of project and programme management, business analysis, data analysis and project management office * Customer Journey / Customer experience Support YWS in customer journey mapping and development. Some of the expected activities within this specialist bucket (but not limited to) are: - Map current customer journey state by analysing the different phases of the journey - Set up new customer journey objectives and create development plan - Implement new journeys plan * Market Strategy / Strategy Consulting Services - Support YWS in creation of external company market strategy. Some typical projects (but not limited to) could involve: - Growth Plan development - Market competitive landscape mapping and creation of value proposition - Go to market strategy - Large-scale Business Transformation Programmes Bidders are required to cover at least one of the above-mentioned specialist buckets to qualify. The Process: In the first instance the expression of interests to participate must be submitted via email to Adit Kakkar (Adit.kakkar@yorkshirewater.co.uk). RFIs for pre-qualification will be issued to the bidders upon a receipt of an expression of interest. The 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 (RFI / PQQ stages). Bidders will need to provide case studies that evidence their depth and breadth of experience related to each of the specialist buckets, among other qualitative questions. Bidders will be required to provide supporting case studies for each of the specialist buckets they want to be considered for. 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 service specialist bucket from a qualitative and commercial perspective. YWS reserves the right to assign a manageable number of companies to each of the specialist buckets which will form the scope of the tender. Overall scoring criteria will be shared alongside the procurement documentation. Additional information: YWS unconditionally reserves the right to suspend and/or cancel this procurement process at any point at its sole discretion and without any liability. YWS unconditionally reserves the right to cancel, merge, amend any specialist buckets, and/or make no award under this procurement process. If required, YWS unconditionally reserves the right to perform an annual assessment on each specialist bucket's scope and its suppliers with the objective of re-qualifying suppliers across the specialist buckets within the framework, without a requirement to re-tender the framework.

Renewal: The initial contract term will be for 36 months, YWS reserves the option to extend further for 24 months and 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 full potential contract term including renewal. (i.e. 36 months + 24 months).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02d713
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/020388-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79000000 - Business services: law, marketing, consulting, recruitment, printing and security

Notice Value(s)

Tender Value
£17,000,000 £10M-£100M
Lots Value
£17,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Aug 20214 years ago
Submission Deadline
20 Sep 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
YORKSHIRE WATER SERVICES LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BRADFORD
Postcode
BD6 2SZ
Post Town
Bradford
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE41 Bradford
Delivery Location
TLE Yorkshire and The Humber

Local Authority
Bradford
Electoral Ward
Royds
Westminster Constituency
Bradford South

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02d713-2021-08-19T17:48:03+01:00",
    "date": "2021-08-19T17:48:03+01:00",
    "ocid": "ocds-h6vhtk-02d713",
    "description": "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.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02d713",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Supply of Services Associated with Management Consulting services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "79000000",
            "description": "Business services: law, marketing, consulting, recruitment, printing and security"
        },
        "mainProcurementCategory": "services",
        "description": "This notice is seeking expressions of interest for establishment of a Framework Agreement for Management Consulting services and Resource Augmentation capacity across Yorkshire Water Services' (referenced 'YWS' herein) different businesses. Service comprises of general management consulting services including the following specialist buckets: * Change Management * Target Operating Model / Organisational Design * Process Mapping / Improvement / Lean Consulting / Operational Efficiencies / Value Chain Efficiencies * Transformation Delivery Partner support * Customer Journey / Customer experience * Market Strategy / Strategy Consulting Services",
        "value": {
            "amount": 17000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Successful bidders will work alongside YWS to provide a range of Management Consulting services, split into different specialist buckets. This procurement intends to place a framework agreement for a three-year initial term with the potential to extend for up to additional 2 years (3 + 2, with a total estimated value (excluding VAT) of PS17,000,000 GBP over the 5 years. The annual estimated value is around PS3,500,000 GBP. Securing a place in the framework agreement does not guarantee bidders any volumes of work but will enable the bidder to bid for individual pieces of work over the next 3 to 5 years. Specialist buckets: * Change Management Support YWS individuals' transition through company changes across processes, organisation structures, implementation of new technology among others. Help YWS in unlocking individuals' full potential. Some of key activities in this specialist bucket (but not limited to) are: - Identification of employee types - Execute cultural / change workshops with key employees and leadership team - Communication of changes within organisation - Training of individuals on new processes / work dynamics and methodologies - Map and quantify impact of changes on individuals and set up mitigation plan * Target Operating Model / Organisational Design Support YWS shape its organisational structure to support the company's vision and market strategy. Some of key activities in this specialist bucket (but not limited to) are: - Re-design of company's structure and organisational chart - Evaluate synergies within departments to create a lean and fit for purpose structure - Develop an agile organisation that maximises efficiency across processes, people and technology * Process Mapping / Improvement / Lean Consulting / Operational Efficiencies / Value Chain Efficiencies Identification of operational efficiencies through process re-design and/or implementation of methodologies such as lean consulting / six sigma among others. Some activities expected in this specialist bucket are (but not limited to): - Developing 'as is' process situation and creating improvement hypothesis documents - Developing 'as is' and 'to be' process charts - Identification of improvement areas and a plan that will create operational and value chain efficiencies such as process efficiencies, cost reduction, etc. * Transformation Delivery Partner support: Some of the activities within this specialist bucket (but not limited to) are: - Transformation expertise to lead and/or support the delivery of specific outcomes within an agreed period - To provide technical / subject matter expertise to the business stakeholders on the delivery of specific outcomes - To provide governance and assurance over the delivery of those specific outcomes - To provide suitably qualified resource to support the delivery of specific outcomes in terms of project and programme management, business analysis, data analysis and project management office * Customer Journey / Customer experience Support YWS in customer journey mapping and development. Some of the expected activities within this specialist bucket (but not limited to) are: - Map current customer journey state by analysing the different phases of the journey - Set up new customer journey objectives and create development plan - Implement new journeys plan * Market Strategy / Strategy Consulting Services - Support YWS in creation of external company market strategy. Some typical projects (but not limited to) could involve: - Growth Plan development - Market competitive landscape mapping and creation of value proposition - Go to market strategy - Large-scale Business Transformation Programmes Bidders are required to cover at least one of the above-mentioned specialist buckets to qualify. The Process: In the first instance the expression of interests to participate must be submitted via email to Adit Kakkar (Adit.kakkar@yorkshirewater.co.uk). RFIs for pre-qualification will be issued to the bidders upon a receipt of an expression of interest. The 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 (RFI / PQQ stages). Bidders will need to provide case studies that evidence their depth and breadth of experience related to each of the specialist buckets, among other qualitative questions. Bidders will be required to provide supporting case studies for each of the specialist buckets they want to be considered for. 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 service specialist bucket from a qualitative and commercial perspective. YWS reserves the right to assign a manageable number of companies to each of the specialist buckets which will form the scope of the tender. Overall scoring criteria will be shared alongside the procurement documentation. Additional information: YWS unconditionally reserves the right to suspend and/or cancel this procurement process at any point at its sole discretion and without any liability. YWS unconditionally reserves the right to cancel, merge, amend any specialist buckets, and/or make no award under this procurement process. If required, YWS unconditionally reserves the right to perform an annual assessment on each specialist bucket's scope and its suppliers with the objective of re-qualifying suppliers across the specialist buckets within the framework, without a requirement to re-tender the framework.",
                "value": {
                    "amount": 17000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial contract term will be for 36 months, YWS reserves the option to extend further for 24 months and 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 full potential contract term including renewal. (i.e. 36 months + 24 months)."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKE"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "http://www.yorkshirewater.com",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "tenderPeriod": {
            "endDate": "2021-09-20T17:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-4608",
            "name": "YORKSHIRE WATER SERVICES LIMITED",
            "identifier": {
                "legalName": "YORKSHIRE WATER SERVICES LIMITED"
            },
            "address": {
                "streetAddress": "Western House,Western Way, Buttershaw",
                "locality": "BRADFORD",
                "region": "UKE",
                "postalCode": "BD62SZ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Adit Kakkar",
                "telephone": "+44 7816118479",
                "email": "adit.kakkar@yorkshirewater.co.uk",
                "url": "http://www.yorkshirewater.com"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.yorkshirewater.com",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "WATER",
                        "description": "Water"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-26072",
            "name": "Yorkshire Water Services",
            "identifier": {
                "legalName": "Yorkshire Water Services"
            },
            "address": {
                "locality": "Bradford",
                "postalCode": "BD6 2SZ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-4608",
        "name": "YORKSHIRE WATER SERVICES LIMITED"
    },
    "language": "en"
}