Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
YORKSHIRE WATER SERVICES LIMITED
YORKSHIRE WATER SERVICES LIMITED
Western House,Western Way, Buttershaw
BRADFORD
BD62SZ
UK
Contact person: Ramya Ramalingan
Telephone: +44 07816865718
E-mail: ramya.ramalingan@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
Asbestos Related Services
II.1.2) Main CPV code
90650000
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 Asbestos Management related to: Waste Water, Clean Water, Facilities Offices, Domestic and Agricultural Properties.
This framework agreement is envisaged to be the primary route for selecting suppliers for the delivery of the selected Asbestos Management 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.
Successful suppliers will work alongside Yorkshire Water Services (YWS) to provide services in the areas of Asbestos Inspection, Remedial and Associated Services.
Yorkshire Water has a Statutory obligation to comply with the Control of Asbestos Regulations 2012.
For the avoidance of doubt, suppliers DO NOT need to deliver services in all Lots to submit a response to this tender.
Procurement Process:
To express an interest in participating in the tender, please contact Ramya Ramalingan (ramya.ramalingan@yorkshirewater.co.uk) through email by 17:00 (GMT) on 21st July 2023.
Once a bidder expresses an interest, the Invitation to Qualify (ITQ) document pack will be shared with them. This will include the ITQ document that must be completed by all bidders and submitted on Ariba by 28th July 2023.
All clarifications should be submitted on Ariba and can also be emailed to Ramya Ramalingan (ramya.ramalingan@yorkshirewater.co.uk) by 17:00 (GMT) on 24th July 2023. 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 late July but is subject to change based on YWS discretion.
II.1.5) Estimated total value
Value excluding VAT:
2 000 000.00
GBP
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:
For the avoidance of doubt, suppliers DO NOT need to deliver services in all Lots to submit a response to this tender
II.2) Description
Lot No: 1
II.2.1) Title
Asbestos Inspections & Associated Services
II.2.2) Additional CPV code(s)
45262660
90650000
II.2.3) Place of performance
NUTS code:
UKE
Main site or place of performance:
Yorkshire Region
II.2.4) Description of the procurement
Lot 1: Asbestos Inspections & Associated Services
Yorkshire Water currently has existing asbestos management surveys for 3800 assets, of which ~860 require routine inspections. These are across Waste Water, Clean Water, Facilities Offices, Domestic and Agricultural Properties.
YWS seeks to appoint a framework of suppliers that can provide Asbestos Inspection and Associated Services to Yorkshire Water, that will ensure that all employees and representatives of Yorkshire Water are safe from the dangers of Asbestos, and to ensure Statutory compliance with all current regulations in relation to Asbestos are achieved and maintained.
Suitably qualified and competent suppliers will be engaged with to provide the services required. The scope of this requirement includes the provision of regular reinspection of ACM's, asbestos surveys, refurbishment and demolition surveys, asbestos contaminated land, air monitoring services, testing/laboratory services, technical consultancy and project management. All services are to be provided in line with YW Management Procedures technical requirements. All works carried out will be in accordance with the Control of Asbestos regulations 2012. The Yorkshire Water Compliance team will receive monitor, maintain, and review all relevant reports and certifications relevant to the service. A Contract Specialist will monitor all relevant KPI's, SLA's, and will ensure that high levels of communication with the service provider are maintained throughout the duration of the contract. This will include supplier review meetings, the frequency of which will be determined by the Compliance team and the Contract Specialist.
Additionally, YWS may also require the framework suppliers to facilitate asbestos training programmes for its employees.
All framework suppliers will be required to integrate with the YWS Asbestos Management software, and provide the necessary data in a compatible format.
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: 36
This contract is subject to renewal: Yes
Description of renewals:
This agreement is valid for an initial period of 36 months, followed by an optional renewal in 12 month increments up to a total term of 24 months, at YWS discretion.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The option to modify the framework period will be reviewed based on the potential commercial benefits.
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
The value of the direct contract with Yorkshire Water is estimated at £2,000,000 (across Lot 1 & Lot 2).
This will also be the primary framework used for asbestos services required by YWS Capital Partners. The additional business opportunity over the 3+1+1 year term is estimated at £412,000 (across Lot 1 & Lot 2)
Lot No: 2
II.2.1) Title
Asbestos Remedial Services
II.2.2) Additional CPV code(s)
45262660
90650000
II.2.3) Place of performance
NUTS code:
UKE
Main site or place of performance:
Yorkshire Region
II.2.4) Description of the procurement
Lot 2: Asbestos Remedial Services
YWS seeks to appoint a framework of Contractors (LARCs) to undertake Asbestos Remedial Works in accordance with good practice and its specifications, that will ensure that all employees and representatives of Yorkshire Water are safe from the dangers of Asbestos, and to ensure Statutory compliance with all current regulations in relation to Asbestos are achieved and maintained.
The scope of this requirement includes the provision of Asbestos Remedial services, including abatement and disposal. All licensable and non-licensable works to be provided in line with YW Management Procedures technical requirements. All works carried out will be in accordance to the Control of Asbestos regulations 2012. The Yorkshire Water Compliance team will receive monitor, maintain, and review all relevant reports and certifications relevant to the service. A Contract Specialist will monitor all relevant KPI's, SLA's, and will ensure that high levels of communication with the service provider are maintained throughout the duration of the contract. This will include supplier review meetings, the frequency of which will be determined by the Compliance team and the Contract Specialist.
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: 36
This contract is subject to renewal: Yes
Description of renewals:
This agreement is valid for an initial period of 36 months, followed by an optional renewal in 12 month increments up to a total term of 24 months, at YWS discretion.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The option to modify the framework period will be reviewed based on the potential commercial benefits.
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
The value of the direct contract with Yorkshire Water is estimated at £2,000,000 (across Lot 1 & Lot 2).
This will also be the primary framework used for asbestos services required by YWS Capital Partners. The additional business opportunity over the 3+1+1 year term is estimated at £412,000 (across Lot 1 & Lot 2)
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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.1.8) 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:
21/07/2023
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.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Yorkshire Water Service Limited
Bradford
BD62SZ
UK
VI.5) Date of dispatch of this notice
21/06/2023