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

Diffusers

  • First published: 13 September 2019
  • Last modified: 13 September 2019

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:
13 September 2019
Deadline date:
14 October 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Yorkshire water (YW) has multiple Activated Sludge Plants (ASPs) located throughout the region. The ASPs range from small rural sites comprising of a handful of diffusers, to large scale sites treating some of the UK’s largest cities and industries, incorporating 600+ diffusers in each lane. ASPs are a key part of the waste water treatment process. The incoming effluent is a mix of both domestic and industrial waste at varying strength. The scope for each site will vary, however the services will generally involve:

(a) like for like replacement of existing systems, where only the diffusers and minimum pipework would be replaced; and

(b) more substantive upgrades where the diffusers and below and above water level air pipework, valves and blower configuration may require replacement or alteration.

During the course of the contract life the services will support AMP7 delivery period where there will be an expected requirement for around 10 000 000 GBP worth of installations or upgrades to diffuser systems. The current anticipated programme allows for the replacement/upgrade of 64 ASP lanes, equating approx. 18 000 diffusers. The contract will be single source with the successful supplier being able to provide all the required services across the entire range of YW’s assets. The works will consist of mainly upgrades/replacements but there will also be the need for small scale cleaning of ASPs and also for whole new diffuser system which will require a full design and build service. The contract value allows for the likelihood of new lanes being required and therefore additional diffusers within the next AMP.

Diffused aeration systems will need to comply with both UK and EU standards and laws as well as YW Asset standards and the YW engineering specification. The general requirements of the type of system needed for this contract will be:

— rectangular basins with either a single straight leg or double ‘U’ shaped design,

— typical tank depths are 6 to 8 m,

— air is provided by multiple blowers into a common air main which is then split between basins, this is then situated above the wall top with the air being distributed via stainless steel tapered air feed pipes with multiple discharge points,

— varying basin widths and lengths,

— air flow is controlled by modulating control valves linked to a PLC and SCADA network or by manual adjusting valves.

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: Adam Hicks

E-mail: adam.hicks@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

Diffusers

Reference number: CM1329

II.1.2) Main CPV code

90420000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Yorkshire Water (YW) manage the collection, treatment and distribution of water in Yorkshire, supplying around 1 240 000 000 litres of drinking water each day. At the same time collecting, treating and disposing of about 1 000 000 000 litres of waste water safely back into the environment. The contract will support service delivery in maintaining key operational activities. A range of specialist technical services will be selectively employed across YW’s estate to support applications and processes for raw water, treated water, waste water, sewerage treatment and clean and sewer networks. These services are vital to supporting safety and compliance across YW’s business. This directly links to the business commitments and performance measures contained within Yorkshire Water’s business plan. YW therefore intends to establish a framework for providing/upgrading diffuser systems.

II.1.5) Estimated total value

Value excluding VAT: 10 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

42996600

42996000

45231300

45231500

45232421

II.2.3) Place of performance

NUTS code:

UKE


Main site or place of performance:

Across all Yorkshire Water waste water treatment sites.

II.2.4) Description of the procurement

Yorkshire water (YW) has multiple Activated Sludge Plants (ASPs) located throughout the region. The ASPs range from small rural sites comprising of a handful of diffusers, to large scale sites treating some of the UK’s largest cities and industries, incorporating 600+ diffusers in each lane. ASPs are a key part of the waste water treatment process. The incoming effluent is a mix of both domestic and industrial waste at varying strength. The scope for each site will vary, however the services will generally involve:

(a) like for like replacement of existing systems, where only the diffusers and minimum pipework would be replaced; and

(b) more substantive upgrades where the diffusers and below and above water level air pipework, valves and blower configuration may require replacement or alteration.

During the course of the contract life the services will support AMP7 delivery period where there will be an expected requirement for around 10 000 000 GBP worth of installations or upgrades to diffuser systems. The current anticipated programme allows for the replacement/upgrade of 64 ASP lanes, equating approx. 18 000 diffusers. The contract will be single source with the successful supplier being able to provide all the required services across the entire range of YW’s assets. The works will consist of mainly upgrades/replacements but there will also be the need for small scale cleaning of ASPs and also for whole new diffuser system which will require a full design and build service. The contract value allows for the likelihood of new lanes being required and therefore additional diffusers within the next AMP.

Diffused aeration systems will need to comply with both UK and EU standards and laws as well as YW Asset standards and the YW engineering specification. The general requirements of the type of system needed for this contract will be:

— rectangular basins with either a single straight leg or double ‘U’ shaped design,

— typical tank depths are 6 to 8 m,

— air is provided by multiple blowers into a common air main which is then split between basins, this is then situated above the wall top with the air being distributed via stainless steel tapered air feed pipes with multiple discharge points,

— varying basin widths and lengths,

— air flow is controlled by modulating control valves linked to a PLC and SCADA network or by manual adjusting valves.

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: 10 000 000.00  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:

The initial contract term will be for 60 months, YW reserves the option to extend for a further 36 months 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 months + 36 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.

Envisaged maximum number of participants to the framework agreement: 3

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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2019/S 125-306987

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 14/10/2019

Local time: 17:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 15/10/2019

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.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 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

PO Box 500

Bradford

BD6 2SZ

UK

VI.5) Date of dispatch of this notice

10/09/2019

Coding

Commodity categories

ID Title Parent category
45231500 Compressed-air pipeline work Construction work for pipelines, communication and power lines
45231300 Construction work for water and sewage pipelines Construction work for pipelines, communication and power lines
42996000 Machinery for the treatment of sewage Miscellaneous special-purpose machinery
42996600 Oxygenation equipment Machinery for the treatment of sewage
90420000 Sewage treatment services Sewage services
45232421 Sewage treatment works Ancillary works for pipelines and cables

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:
adam.hicks@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.