Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Yorkshire Water Services Ltd
PO BOX 500
Bradford
BD6 2SZ
UK
Contact person: Alessandro Nitti
E-mail: nittia@yw.co.uk
NUTS: UKE41
Internet address(es)
Main address: www.yorkshirewater.com
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
www.yorkshirewater.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.yorkshirewater.com
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Recruitment Frameworks
II.1.2) Main CPV code
79600000
II.1.3) Type of contract
Services
II.1.4) Short description
Here in Yorkshire, Yorkshire Water Services (YWS) make sure that all 5.2 million people living in the region have clean and safe drinking water on tap and that their wastewater is taken away. Our customers are at the heart of what we do and how we do things. We work best as a company to deliver this when we work together — teamwork, creativity, enthusiasm and passion are inherent within our 3 000 people who work 24/7, 365 days a year to keep Yorkshire [input]owing. To support this, we need to have an effective and successful recruitment process in place from start to finish. YWS wishes to invite expressions of interest (EoI) for a future tender to provide recruitment services to its business units.
The tender will be made up of 3 hierarchy Lots containing sublots:
Lot 1 (1.1 to 1.6): Preferred Supplier List (PSL);
Lot 2: Managed Service Provider (MSP): IT Contractors and IT Temporary Workers;
Lot 3: Managed Service Provider (MSP): all YWS Recruitment Needs;
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 3 scope and value is equal to lot 1 and 2 and if awarded will automatically exclude the award of lot 1 and lot 2 from the award process.
If Lot 3 is not successfully awarded or not deemed a viable strategic option for YWS, lots 1 and 2 will continue through to the award process.
II.2) Description
Lot No: 1
II.2.1) Title
Preferred Supplier List (PSL)
II.2.2) Additional CPV code(s)
79600000
II.2.3) Place of performance
NUTS code:
UKE
Main site or place of performance:
The Yorkshire Region.
II.2.4) Description of the procurement
PSL Lot 1.1: Finance and Regulation (estimated 24 % of lot 1 total value),
PSL Lot 1.2: HR, Shared Services and Commercial Services (estimated 43 % of lot 1 total value),
PSL Lot 1.3: Asset Management (estimated 20 % of lot 1 total value),
PSL Lot 1.4: Customer Experience (estimated 3 % of lot 1 total value),
PSL Lot 1.5: IT Permanent Recruitment (estimated 3 % of lot 1 total value),
PSL Lot 1.6: Drivers (estimated 7 % of lot 1 total value).
It is envisaged that each sublot will be awarded to multiple suppliers, however each or all sublots do not have to be necessarily awarded.
II.2.5) Award criteria
Criteria below:
Quality criterion: Capabilities
/ Weighting: 40
Cost criterion: Commercials
/ Weighting: 60
II.2.6) Estimated value
Value excluding VAT:
17 500 000.00
EUR
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:
The initial term is 3 years (36 months). YWS reserves the option of an extension(s) of 1 year each (+ 1) up to a maximum of two extensions, dependent on satisfactory contract performance of the appointed provider(s). Further details will be provided in the procurement documents
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
II.2.14) Additional information
Access to the tender documentation is restricted. Further information can be obtained upon request from nittia@yw.co.uk
To register interest in this tender opportunity, please email nittia@yw.co.uk
The tender process will be facilitated in Ariba Sourcing.
Lot No: 2
II.2.1) Title
Managed Service Provider (MSP): IT Contractors and IT Temporary Workers
II.2.2) Additional CPV code(s)
79600000
II.2.3) Place of performance
NUTS code:
UKE
Main site or place of performance:
The Yorkshire Region.
II.2.4) Description of the procurement
Full management of Yorkshire Water IT contractor and IT temporary resources. Support with VMS technology and for IR35 compliance.
II.2.5) Award criteria
Criteria below:
Quality criterion: Capabilities
/ Weighting: 40
Cost criterion: Commercials
/ Weighting: 60
II.2.6) Estimated value
Value excluding VAT:
22 800 000.00
EUR
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 initial contract term is 2 years (24 months). YWS reserves the option of one extension of 1 year each (+ 1), dependent on satisfactory contract performance of the appointed provider(s). Further details will be provided in the procurement documents.
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
II.2.14) Additional information
Access to the tender documentation is restricted. Further information can be obtained upon request from nittia@yw.co.uk.
To register interest in this tender opportunity, please email nittia@yw.co.uk.
The tender process will be facilitated in Ariba Sourcing.
Lot No: 3
II.2.1) Title
Managed Service Provider (MSP): All YWS Recruitment Needs
II.2.2) Additional CPV code(s)
79600000
II.2.3) Place of performance
NUTS code:
UKE
Main site or place of performance:
The Yorkshire Region.
II.2.4) Description of the procurement
MSP for all Yorkshire Waters recruiting needs and spend for both permanent and temporary resources. Supported with VMS technology and full IR35 compliance.
If lot 3 is not successfully awarded or not deemed a viable strategic option for YWS, lots 1 and 2 will continue through to the award process.
II.2.5) Award criteria
Criteria below:
Quality criterion: Capabilities
/ Weighting: 40
Cost criterion: Commercials
/ Weighting: 60
II.2.6) Estimated value
Value excluding VAT:
33 000 000.00
EUR
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 initial contract term is 2 years (24 months). YWS reserves the option of one extension of 1 year each (+ 1), dependent on satisfactory contract performance of the appointed provider(s). Further details will be provided in the procurement documents.
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
II.2.14) Additional information
Access to the tender documentation is restricted. Further information can be obtained upon request from nittia@yw.co.uk
To register interest in this tender opportunity, please email nittia@yw.co.uk
The tender process will be facilitated in Ariba Sourcing.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents as issued through Ariba.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents as issued through Ariba.
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:
19/08/2020
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
26/08/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
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 in this notice are purely indicative and the contracting authority reserves the right to amend the same.
VI.4) Procedures for review
VI.4.1) Review body
Yorkshire Water Services Ltd
PO Box 500
Bradford
BD6 2SZ
UK
VI.5) Date of dispatch of this notice
21/07/2020