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: Ross Bateman
E-mail: ross.bateman@yorkshirewater.co.uk
NUTS: UKE41
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://www.yorkshirewater.com/
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Woodland, Countryside, and Habitat Management Services
II.1.2) Main CPV code
77000000
II.1.3) Type of contract
Services
II.1.4) Short description
The objective of this Procurement Process is establish a framework for the provision of Woodland & Arboricultural Services (Lot 1) and Countryside & Habitat Management Services (Lot 2).
It is the intention of Yorkshire Water to create this framework agreement to help meet their AMP8 programme and maintain 28,000ha+ of land, including raw water catchments, recreational land, rural agricultural tenanted land, woodland, and operational land (boreholes, reservoirs, treatment works, etc.).
Maintenance of the land via this framework will be through forestry & tree management (including tree surveys/inspections, proactive and reactive tree works, and forestry management including planting, felling, and forestry plans) and countryside & habitat management (this includes general works as well as building and maintaining habitats). The framework agreement is intended to contract for works, as well as management services in order to manage parcels of work from concept to completion.
This procurement process will be split up into 2 Lots:
Lot 1 - Woodland & Arboricultural Services (including Lot 1a Arboricultural Surveys, 1b Arboricultural & Reactive Works, 1c Forestry Management)
Lot 2 - Countryside & Habitat Management
Suppliers can bid for as many sub-lots/lots as they wish.
The duration of the proposed contract opportunity is 36 months, with the potential for an optional renewal in 12 month increments for up to a total term of 36 months, at YW discretion. If all extensions were exercised, the total contract duration would be for a total of 72 months (or 6 years)
For access to the Ariba event and full information, including the Selection Questionnaire that we would request each interested party to submit as an expression of their interest, please reach out to Ross Bateman at ross.bateman@yorkshirewater.co.uk by the specified deadline of this notice.
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
Woodland & Arboricultural Services
II.2.2) Additional CPV code(s)
77200000
II.2.3) Place of performance
NUTS code:
UKE
II.2.4) Description of the procurement
Lot 1a: Arboricultural Surveys
The carrying out of tree surveys & inspections across the entire YW estate
Lot 1b: Arboricultural & Reactive Works
The carrying out of tree-related reactive and arboricultural (proactive) work across the entire YW estate, including call out services
Lot 1c: Forestry Management
Complete forestry-related management (including scoping, designing, appointing subcontractors, meeting compliance requirements and managing schemes of work) in relation to planting, felling, woodland creation, and related activities
The appointed service partner(s) is also expected to perform additional activities, including the management of timber sales, forestry plan delivery and consultancy, and liaison with statutory bodies
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: 36
This contract is subject to renewal: Yes
Description of renewals:
The duration of the proposed contract opportunity is 36 months, with the potential for an optional renewal in 12 month increments for up to a total term of 36 months, at YW discretion. If all extensions were exercised, the total contract duration would be for a total of 72 months (or 6 years)
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
Countryside & Habitat Management
II.2.2) Additional CPV code(s)
77000000
90700000
II.2.3) Place of performance
NUTS code:
UKE
II.2.4) Description of the procurement
Lot 2: Countryside & Habitat Management
Complete countryside & habitat-related management (including scoping, designing, appointing subcontractors, meeting compliance requirements and managing schemes of work) in relation to hard & soft landscaping, maintenance and creation of public rights of way, installations and general maintenance, habitat building, creation, and management, and related consultancy services
The appointed service partner(s) are expected to be highly competent in managing parcels of work from concept to completion, including inspections of completed works and recording reviews
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: 36
This contract is subject to renewal: Yes
Description of renewals:
The duration of the proposed contract opportunity is 36 months, with the potential for an optional renewal in 12 month increments for up to a total term of 36 months, at YW discretion. If all extensions were exercised, the total contract duration would be for a total of 72 months (or 6 years)
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Please reach out to Ross Bateman at ross.bateman@yorkshirewater.co.uk to express interest and you will be added to the Ariba event where you will be able to access all relevant tender documentation and instructions.
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:
16/09/2024
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 SERVICES LIMITED
Bradford
BD6 2SZ
UK
E-mail: ross.bateman@yorkshirewater.co.uk
VI.5) Date of dispatch of this notice
16/08/2024