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

Specialist Monitoring for Urban Drainage, River Flow and Water Quality Framework

  • First published: 17 October 2018
  • Last modified: 17 October 2018

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:
Published by:
Yorkshire Water Services Ltd
Authority ID:
AA21059
Publication date:
17 October 2018
Deadline date:
12 November 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Fulfilment of several data collection efforts to support the model builds for solutions including but not limited to the following studies:

— DAP/UPM/DWMP: sewer depth and velocity monitoring (flow monitoring), depth loggers, pump run time meters, rain gauges, the associated planning and management of the flow surveys, working in close collaboration with the modelling consultants. There will be a requirement to serve private land/NRSWA notices where applicable to install the equipment.

— UPM and WFD: river flow monitoring; river level gauging; sondes with probes for ammonia, DO, SS, temperature and pH auto-samplers for BOD, ammonia, temperature and pH; Necessary equipment for the measuring of sediment oxygen demand; Rain gauges.

The model outputs will all be required to comply with the specifications defined in the contract as well as adhere to the market standards as defined by:

— UDG code of practice for the hydraulic modelling of urban drainage systems, UDG competency framework, UDG rainfall guide, WaPUG user notes, WaPUG integrated urban drainage modelling guide and WaPUG guide to quality modelling of sewer systems,

— WRC A guide to short term flow surveys of sewer systems,

— UPM Manual, Version 3.1;

— YW’s Integrated Catchment Modelling (ICM) approach;

— Relevant environment agency guidance.

Therefore the data collected for these models must also be compliant.

Health and Safety CDM regulation must also be adhered to when executing these works; it has been required that the contractor will undertake the role of the designer and principle contractor for the urban drainage, river flow and water quality monitoring work.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Yorkshire Water

PO Box 500

Bradford

BD6 2SZ

UK

Contact person: George Georghiou

Telephone: +44 7814769491

E-mail: george.georghiou@yorkshirewater.co.uk

NUTS: UKE

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 to the abovementioned address


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Specialist Monitoring for Urban Drainage, River Flow and Water Quality Framework

II.1.2) Main CPV code

71631440

 

II.1.3) Type of contract

Services

II.1.4) Short description

Yorkshire Water is looking to execute specialist monitoring work on (but not limited to) Yorkshire’s urban drainage and river networks for the purpose of the following outcomes:

— risk based drainage area planning;

— water quality assessments;

— drainage and wastewater management plan;

— Options Modelling;

— operational scenario planning;

— water framework directive flow investigations.

II.1.5) Estimated total value

Value excluding VAT: 37 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71631440

90733100

90711500

44163112

II.2.3) Place of performance

NUTS code:

UKE


Main site or place of performance:

Across the full Yorkshire Water area coverage

II.2.4) Description of the procurement

Fulfilment of several data collection efforts to support the model builds for solutions including but not limited to the following studies:

— DAP/UPM/DWMP: sewer depth and velocity monitoring (flow monitoring), depth loggers, pump run time meters, rain gauges, the associated planning and management of the flow surveys, working in close collaboration with the modelling consultants. There will be a requirement to serve private land/NRSWA notices where applicable to install the equipment.

— UPM and WFD: river flow monitoring; river level gauging; sondes with probes for ammonia, DO, SS, temperature and pH auto-samplers for BOD, ammonia, temperature and pH; Necessary equipment for the measuring of sediment oxygen demand; Rain gauges.

The model outputs will all be required to comply with the specifications defined in the contract as well as adhere to the market standards as defined by:

— UDG code of practice for the hydraulic modelling of urban drainage systems, UDG competency framework, UDG rainfall guide, WaPUG user notes, WaPUG integrated urban drainage modelling guide and WaPUG guide to quality modelling of sewer systems,

— WRC A guide to short term flow surveys of sewer systems,

— UPM Manual, Version 3.1;

— YW’s Integrated Catchment Modelling (ICM) approach;

— Relevant environment agency guidance.

Therefore the data collected for these models must also be compliant.

Health and Safety CDM regulation must also be adhered to when executing these works; it has been required that the contractor will undertake the role of the designer and principle contractor for the urban drainage, river flow and water quality monitoring work.

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: 37 000 000.00  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 contract term will be for 60 months, YW reserves the option to extend for a further 36 months on 12 month intervals based on satisfactory performance of the contract by the service provider. Further details will be sent out in the procurement documents.

The estimated value figure is based on the full contract term including renewal. (i.e. 60 +12 +12 +12 months option = 96 month term).

II.2.10) Information about variants

Variants will be accepted: No

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 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: 12/11/2018

Local time: 23:59

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.3) Additional information

Once a request to participate is send out to the provided email address, suppliers will be invited to register to SAP Ariba within the Yorkshire Water realm, where the procurement process will run through.

A RFI (Request for Information) will be released during the period this tender will be open for requests to participate. This is for the purposes of pre-qualification and it's estimated to be dispatched on the 29.10.2018. Full process timeline details will be provided with the RFI.

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 indicated in this notice are 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

Bradford

BD6 2SZ

UK

VI.5) Date of dispatch of this notice

12/10/2018

Coding

Commodity categories

ID Title Parent category
44163112 Drainage system Pipes and fittings
90711500 Environmental monitoring other than for construction Environmental impact assessment other than for construction
71631440 Flow-monitoring services Technical inspection services
90733100 Surface water pollution monitoring or control services Services related to water pollution

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:
george.georghiou@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.