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