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: Robbie Packer
Telephone: +44 7974885196
E-mail: Robbie.Packer@yorkshirewater.co.uk
NUTS: UKE
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/
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Waste Water Repair & Maintenance Agreement (WWSA)
Reference number: CM2794
II.1.2) Main CPV code
90400000
II.1.3) Type of contract
Services
II.1.4) Short description
Yorkshire Water Services wishes to invite expressions of interest for a future tender to provide planned/reactive/emergency repair and maintenance works to its wastewater network. Enabling works for the above-mentioned activities will be included in this tender.
The tender will be split into 3 lots:
Lot 1: Repair & Maintenance;
Lot 2: Lining Services;
Lot 3: Repair & Maintenance, inclusive of Lining Services.
Award of the tender will either be Lot 1 & 2 or Lot 3.
II.1.5) Estimated total value
Value excluding VAT:
500 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.1) Title
Repair & Maintenance
II.2.2) Additional CPV code(s)
90400000
II.2.3) Place of performance
NUTS code:
UKE
Main site or place of performance:
Yorkshire Region
II.2.4) Description of the procurement
Comprehensive management of customer needs, including planning, scheduling, and street works management for maintaining and improving the wastewater network. This involves:
• Responding to service failures with reactive measures to promptly restore services while mitigating impact to households and the environment.
• Repairing or replacing assets such as sewers, rising/pumping mains, chambers, street furniture, and gullies.
• Proactively maintaining and enhancing the sewer network through inspections, cleaning, trap removals, refurbishment, and replacement.
Any enabling work to support these activities will be included in the tender.
This lot will be divided into 3 geographical baskets. Each basket will be evaluated and awarded separately.
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:
390 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
The initial term is 5 years (60 months). YWS reserves the option to extend the contract up to an additional 3 years (36 months), 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:
Yes
Description of options:
The initial term is 5 years (60 months). YWS reserves the option to extend the contract up to an additional 3 years (36 months), dependent on satisfactory contract performance of the appointed provider(s). Further details will be provided in the procurement documents.
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
Lining Services
II.2.2) Additional CPV code(s)
90400000
II.2.3) Place of performance
NUTS code:
UKE
Main site or place of performance:
Yorkshire Region
II.2.4) Description of the procurement
Comprehensive management of customer needs, including planning, scheduling, street works management and all enabling activities to conduct dedicated lining solutions on the wastewater network. This involves the capabilities to assess and implement the appropriate lining technology solution for the enhancement and longevity of the wastewater network on both a proactive and reactive basis.
This lot will be divided into 3 geographical baskets. Each basket will be evaluated and awarded separately.
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:
159 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
The initial term is 5 years (60 months). YWS reserves the option to extend the contract up to an additional 3 years (36 months), 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:
Yes
Description of options:
The initial term is 5 years (60 months). YWS reserves the option to extend the contract up to an additional 3 years (36 months), dependent on satisfactory contract performance of the appointed provider(s). Further details will be provided in the procurement documents.
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
Repair & Maintenance, inclusive of Lining Services
II.2.2) Additional CPV code(s)
90400000
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 3 presents an alternative approach to addressing the maintenance and enhancement needs of the wastewater network by combining the activities encompassed in Lot 1 and Lot 2. This integrated solution provides a comprehensive framework for managing customer requirements, planning, scheduling, and executing maintenance and enhancement activities with a focus on both reactive and proactive measures.
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:
500 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
The initial term is 5 years (60 months). YWS reserves the option to extend the contract up to an additional 3 years (36 months), 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:
Yes
Description of options:
The initial term is 5 years (60 months). YWS reserves the option to extend the contract up to an additional 3 years (36 months), dependent on satisfactory contract performance of the appointed provider(s). Further details will be provided in the procurement documents.
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.1.2) 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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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:
22/04/2024
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.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 SERVICES LIMITED
Bradford
BD6 2SZ
UK
E-mail: Robbie.Packer@yorkshirewater.co.uk
VI.5) Date of dispatch of this notice
22/03/2024