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

Temporary Alternative Water Supplies

  • First published: 06 December 2023
  • Last modified: 06 December 2023

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:
ocds-h6vhtk-042155
Published by:
YORKSHIRE WATER SERVICES LIMITED
Authority ID:
AA80808
Publication date:
06 December 2023
Deadline date:
12 January 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1: TAWS and All Associated Services

Clean Water Tankering, Bottled Water provision, Bottled Water Deployment and Warning Card Notices.

Yorkshire Water has a requirement to ensure that a minimum level of service is provided by alternative means, should the piped supply of water fail. The Yorkshire Water emergency response team will notify the supplier of an incident, who will then respond in a manner which minimises customer disruption. To ensure that the service is provided to meet SEMD legislation and Yorkshire Water's performance commitments to it's customers, a number of different activities need performing, including:

Clean Water Tankering - Providing bulk water tankers to deliver potable water to designations determined by Yorkshire Water in the event of a supply failure. The supplier would be responsible for providing the fleet and drivers (with necessary training and certification) to respond to the incident within agreed SLAs.

Bottled Water Provision - Yorkshire Water requires the ability to purchase bottled water, to be able to deploy to areas where the water supply cannot be restored, or a tanker cannot be deployed. The supplier will be responsible for warehousing and providing stock of bottled water to be able to respond to an incident, where required and to Yorkshire Water specifications.

Bottled Water Deployment - Yorkshire Water requires a relationship with a supplier that can deploy bottled water, in the response to an incident where the water supply cannot be restored, or a tanker cannot be deployed. The supplier would be responsible for storing and maintaining levels of stock from the bottled water supplier, as well as the ability to transport and manage the bottled water deployment process, including delivering pallets of bottled water to designated zones within communities and also delivering to vulnerable customers, registered on the Priority Services Register.

Warning Card Notices - Where the water is not safe to drink, boil water and rescind notices are required to be delivered to the customer, to inform them. The supplier would be required to print and deliver these notices on behalf of Yorkshire Water, to any affected customers.

Suppliers that are wishing to express an interest in Lot 1, should either be able to cover all of the service requirements listed above, or form a partnership with other suppliers that can carry out elements of the service, with them performing the role of lead bidder and being ultimately accountable for the overall delivery of any agreement.

Please note, it is Yorkshire Water's intention to award either Lot 1, or Lots 2 to 5, depending on the efficiencies that can be provided through having one accountable supplier for all services.

Yorkshire Water Procurement will follow a full EU OJEU process.

Full notice text

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: Christoffer Askgaard

Telephone: +45 40320982

E-mail: christoffer.askgaard@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://service.ariba.com


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Temporary Alternative Water Supplies

II.1.2) Main CPV code

65100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This notice is seeking expressions of interest for the establishment of a Framework Agreement for Temporary Alternative Water Supplies (TAWS) related to: Clean Water Tankering, Bottled Water provision, Bottled Water Deployment and Warning Card Notices.

This framework agreement is envisaged to be the primary route for selecting suppliers for the delivery of the selected TAWS services for the duration of the agreement.

Any estimated quantities or values contained or referred to in this or other documentation are for guidance only and do not bind YWS to buy any specific quantities should the bidder be successful and enter into an Agreement.

Yorkshire Water has a Statutory obligation to provide Temporary Alternative Water Supplies when there is a disruption to the water network, outlined by the Drinking Water Inspectorate and the SEMD enforcement policy.

Interested Bidders will have the opportunity to express an interest in providing as many of the required services as they wish and Yorkshire Water will reserve the right to either award everything to one supplier under a managed service (Lot 1), or to multiple suppliers (Lots 2 to 5).

For the avoidance of doubt, suppliers DO NOT need to deliver services in all Lots to submit a response to this tender and Lots will be awarded at Yorkshire Water's discretion.

Procurement Process:

To express an interest in participating in the tender, please contact Christoffer Askgaard (Christoffer.Askgaard@yorkshirewater.co.uk) through email by 17:00 (GMT) on 12th January 2024.

Once a bidder expresses an interest, they will be shortlisted and an Invitation to Qualify (ITQ) document pack will be shared with them, at a later date. This will include the ITQ document that must be completed by all bidders and submitted in line with the deadlines included within that pack, which will be after the deadline to express an interest, giving bidders enough time to complete the documents.

All clarifications should be submitted on Ariba and can also be emailed to Christoffer Askgaard (Christoffer.Askgaard@yorkshirewater.co.uk) by 17:00 (GMT) on 12th January 2024.

YWS will periodically consolidate clarifications that would be relevant to everyone and share the response to these with all bidders anonymously.

Following an assessment of responses received for the ITQ, successful suppliers will be invited to participate in the ITT. This is planned for March 2024 but is subject to change based on YWS discretion.

II.1.5) Estimated total value

Value excluding VAT: 7 500 000.00  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

TAWS and All Associated Services

II.2.2) Additional CPV code(s)

34133100

39225710

63122000

64121100

65100000

79800000

85312200

II.2.3) Place of performance

NUTS code:

UKE

II.2.4) Description of the procurement

Lot 1: TAWS and All Associated Services

Clean Water Tankering, Bottled Water provision, Bottled Water Deployment and Warning Card Notices.

Yorkshire Water has a requirement to ensure that a minimum level of service is provided by alternative means, should the piped supply of water fail. The Yorkshire Water emergency response team will notify the supplier of an incident, who will then respond in a manner which minimises customer disruption. To ensure that the service is provided to meet SEMD legislation and Yorkshire Water's performance commitments to it's customers, a number of different activities need performing, including:

Clean Water Tankering - Providing bulk water tankers to deliver potable water to designations determined by Yorkshire Water in the event of a supply failure. The supplier would be responsible for providing the fleet and drivers (with necessary training and certification) to respond to the incident within agreed SLAs.

Bottled Water Provision - Yorkshire Water requires the ability to purchase bottled water, to be able to deploy to areas where the water supply cannot be restored, or a tanker cannot be deployed. The supplier will be responsible for warehousing and providing stock of bottled water to be able to respond to an incident, where required and to Yorkshire Water specifications.

Bottled Water Deployment - Yorkshire Water requires a relationship with a supplier that can deploy bottled water, in the response to an incident where the water supply cannot be restored, or a tanker cannot be deployed. The supplier would be responsible for storing and maintaining levels of stock from the bottled water supplier, as well as the ability to transport and manage the bottled water deployment process, including delivering pallets of bottled water to designated zones within communities and also delivering to vulnerable customers, registered on the Priority Services Register.

Warning Card Notices - Where the water is not safe to drink, boil water and rescind notices are required to be delivered to the customer, to inform them. The supplier would be required to print and deliver these notices on behalf of Yorkshire Water, to any affected customers.

Suppliers that are wishing to express an interest in Lot 1, should either be able to cover all of the service requirements listed above, or form a partnership with other suppliers that can carry out elements of the service, with them performing the role of lead bidder and being ultimately accountable for the overall delivery of any agreement.

Please note, it is Yorkshire Water's intention to award either Lot 1, or Lots 2 to 5, depending on the efficiencies that can be provided through having one accountable supplier for all services.

Yorkshire Water Procurement will follow a full EU OJEU process.

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: 7 500 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

This agreement is valid for an initial period of 60 months, followed by an optional renewal in 12 month increments up to a total term of 36 months, at YWS discretion.

II.2.10) Information about variants

Variants will be accepted: Yes

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

Clean Water Tankering

II.2.2) Additional CPV code(s)

34133100

II.2.3) Place of performance

NUTS code:

UKE

II.2.4) Description of the procurement

Lot 2: Clean Water Tankering

Yorkshire Water has a requirement to ensure that a minimum level of service is provided by alternative means, should the piped supply of water fail. The Yorkshire Water emergency response team will notify the supplier of an incident, who will then respond in a manner which minimises customer disruption. To ensure that the service is provided to meet SEMD legislation and Yorkshire Water's performance commitments to its customers, a number of different activities need performing. This Lot is in relation to the following services only:

Clean Water Tankering - Providing bulk water tankers to deliver potable water to designations determined by Yorkshire Water in the event of a supply failure. The supplier would be responsible for providing the fleet and drivers (with necessary training and certification) to respond to the incident within agreed SLAs.

Suppliers that are wishing to express an interest in this Lot will only be responsible for this part of the service in any agreement.

Please note, it is Yorkshire Water's intention to award either Lot 1, or Lots 2 to 5, depending on the efficiencies that can be provided through having one accountable supplier for all services.

Yorkshire Water Procurement will follow a full EU OJEU process.

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: Yes

Description of renewals:

This agreement is valid for an initial period of 60 months, followed by an optional renewal in 12 month increments up to a total term of 36 months, at YWS discretion.

II.2.10) Information about variants

Variants will be accepted: Yes

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: 3

II.2.1) Title

Bottled Water Provision

II.2.2) Additional CPV code(s)

39225710

65100000

II.2.3) Place of performance

NUTS code:

UKE

II.2.4) Description of the procurement

Lot 3: Bottled Water Provision

Yorkshire Water has a requirement to ensure that a minimum level of service is provided by alternative means, should the piped supply of water fail. The Yorkshire Water emergency response team will notify the supplier of an incident, who will then respond in a manner which minimises customer disruption. To ensure that the service is provided to meet SEMD legislation and Yorkshire Water's performance commitments to its customers, a number of different activities need performing. This Lot is in relation to the following services only:

Bottled Water Provision - Yorkshire Water requires the ability to purchase bottled water, to be able to deploy to areas where the water supply cannot be restored, or a tanker cannot be deployed. The supplier will be responsible for warehousing and providing stock of bottled water to be able to respond to an incident, where required and to Yorkshire Water specifications.

Suppliers that are wishing to express an interest in this Lot will only be responsible for this part of the service in any agreement.

Please note, it is Yorkshire Water's intention to award either Lot 1, or Lots 2 to 5, depending on the efficiencies that can be provided through having one accountable supplier for all services.

Yorkshire Water Procurement will follow a full EU OJEU process.

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: Yes

Description of renewals:

This agreement is valid for an initial period of 60 months, followed by an optional renewal in 12 month increments up to a total term of 36 months, at YWS discretion.

II.2.10) Information about variants

Variants will be accepted: Yes

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: 4

II.2.1) Title

Bottled Water Deployment

II.2.2) Additional CPV code(s)

63122000

65100000

85312200

II.2.3) Place of performance

NUTS code:

UKE

II.2.4) Description of the procurement

Lot 4: Bottled Water Deployment

Yorkshire Water has a requirement to ensure that a minimum level of service is provided by alternative means, should the piped supply of water fail. The Yorkshire Water emergency response team will notify the supplier of an incident, who will then respond in a manner which minimises customer disruption. To ensure that the service is provided to meet SEMD legislation and Yorkshire Water's performance commitments to its customers, a number of different activities need performing. This Lot is in relation to the following services only:

Bottled Water Deployment - Yorkshire Water requires a relationship with a supplier that can deploy bottled water, in the response to an incident where the water supply cannot be restored, or a tanker cannot be deployed. The supplier would be responsible for storing and maintaining levels of stock from the bottled water supplier, as well as the ability to transport and manage the bottled water deployment process, including delivering pallets of bottled water to designated zones within communities and also delivering to vulnerable customers, registered on the Priority Services Register.

Suppliers that are wishing to express an interest in this Lot will only be responsible for this part of the service in any agreement.

Please note, it is Yorkshire Water's intention to award either Lot 1, or Lots 2 to 5, depending on the efficiencies that can be provided through having one accountable supplier for all services.

Yorkshire Water Procurement will follow a full EU OJEU process.

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: Yes

Description of renewals:

This agreement is valid for an initial period of 60 months, followed by an optional renewal in 12 month increments up to a total term of 36 months, at YWS discretion.

II.2.10) Information about variants

Variants will be accepted: Yes

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: 5

II.2.1) Title

Warning Card Notices

II.2.2) Additional CPV code(s)

64121100

79800000

II.2.3) Place of performance

NUTS code:

UKE

II.2.4) Description of the procurement

Lot 5: Warning Card Notices

Yorkshire Water has a requirement to ensure that a minimum level of service is provided by alternative means, should the piped supply of water fail. The Yorkshire Water emergency response team will notify the supplier of an incident, who will then respond in a manner which minimises customer disruption. To ensure that the service is provided to meet SEMD legislation and Yorkshire Water's performance commitments to its customers, a number of different activities need performing. This Lot is in relation to the following services only:

Warning Card Notices - Where the water is not safe to drink, boil water and rescind notices are required to be delivered to the customer, to inform them. The supplier would be required to print and deliver these notices on behalf of Yorkshire Water, to any effected customers.

Suppliers that are wishing to express an interest in this Lot will only be responsible for this part of the service in any agreement.

Please note, it is Yorkshire Water's intention to award either Lot 1, or Lots 2 to 5, depending on the efficiencies that can be provided through having one accountable supplier for all services.

Yorkshire Water Procurement will follow a full EU OJEU process.

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: Yes

Description of renewals:

This agreement is valid for an initial period of 60 months, followed by an optional renewal in 12 month increments up to a total term of 36 months, at YWS discretion.

II.2.10) Information about variants

Variants will be accepted: Yes

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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

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: 12/01/2024

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 15/01/2024

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

Bradford

UK

VI.5) Date of dispatch of this notice

04/12/2023

Coding

Commodity categories

ID Title Parent category
39225710 Bottles Lighters, articles of combustible materials, pyrotechnics, matches and liquid or liquefied gas fuels
85312200 Homedelivery of provisions Social work services without accommodation
64121100 Mail delivery services Multi-modal courier services
79800000 Printing and related services Business services: law, marketing, consulting, recruitment, printing and security
34133100 Tankers Articulated trucks
63122000 Warehousing services Storage and warehousing services
65100000 Water distribution and related services Public utilities

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:
christoffer.askgaard@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.