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

Continuous Water Quality Monitoring (CWQM)

  • First published: 10 September 2024
  • Last modified: 10 September 2024
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04995e
Published by:
YORKSHIRE WATER SERVICES LIMITED
Authority ID:
AA80808
Publication date:
10 September 2024
Deadline date:
09 October 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This notice is seeking expressions of interest for the establishment of a Contract for Continuous Water Quality Monitoring (CWQM) related to:

• Site Planning & Investigation;

• Hardware & Data Transmission;

• Installation, Maintenance & Calibration; and

• Data Visualisation & Analysis.

This Contract Agreement is envisaged to be the primary route for selecting supplier(s) for the delivery of the CWQM hardware and 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.

Yorkshire Water has a statutory obligation to deliver continuous water quality monitoring up and downstream of all discharges for parameters as outlined in the Interim Technical Standard of Section 82 of the Environmental Act 2021.

Interested bidders will have the opportunity to express interest to this tender and Yorkshire Water will reserve the right to either award everything to the lead supplier under a "Data as a Service" managed service model (Lot 1), or Asset Ownership model (Lot 2).

Lots 1 and 2 have the same service scope and requirements but under different commercial models. Interested bidders can provide submission(s) for Lots 1 and / or 2.

Bidders need to deliver all the required services of the Lots they intend to submit a response. Lots will be awarded at Yorkshire Water's discretion.

Procurement Process:

To express an interest in participating in the tender, please contact David Archer (David.Archer@yorkshirewater.co.uk) through email by 17:00 (GMT) on 9th October 2024.

Once a bidder expresses an interest, a Selection Question (SQ) document pack will be shared with them at a later date. This will include the SQ document that must be completed by all bidders and submitted in line with the deadlines included within the pack, which will be after the deadline to express an interest, giving bidders enough time to complete the documents.

All clarifications should be submitted on Ariba and can also be emailed to David Archer (David.Archer@yorkshirewater.co.uk) by 17:00 (GMT) on 27th September 2024.

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 the SQ responses received, successful bidders will be invited to participate in the ITT. This is planned for November 2024 but is subject to changes based on YWS discretion.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

YORKSHIRE WATER SERVICES LIMITED

02366682

Western House, Western Way, Buttershaw

BRADFORD

BD6 2SZ

UK

Contact person: David Archer

Telephone: +44 7816265748

E-mail: David.Archer@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

Continuous Water Quality Monitoring (CWQM)

II.1.2) Main CPV code

90711500

 

II.1.3) Type of contract

Services

II.1.4) Short description

This notice is seeking expressions of interest for the establishment of a Contract for Continuous Water Quality Monitoring (CWQM) related to:

• Site Planning & Investigation;

• Hardware & Data Transmission;

• Installation, Maintenance & Calibration; and

• Data Visualisation & Analysis.

This Contract Agreement is envisaged to be the primary route for selecting supplier(s) for the delivery of the CWQM hardware and 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.

Yorkshire Water has a statutory obligation to deliver continuous water quality monitoring up and downstream of all discharges for parameters as outlined in the Interim Technical Standard of Section 82 of the Environmental Act 2021.

Interested bidders will have the opportunity to express interest to this tender and Yorkshire Water will reserve the right to either award everything to the lead supplier under a "Data as a Service" managed service model (Lot 1), or Asset Ownership model (Lot 2).

Lots 1 and 2 have the same service scope and requirements but under different commercial models. Interested bidders can provide submission(s) for Lots 1 and / or 2.

Bidders need to deliver all the required services of the Lots they intend to submit a response. Lots will be awarded at Yorkshire Water's discretion.

Procurement Process:

To express an interest in participating in the tender, please contact David Archer (David.Archer@yorkshirewater.co.uk) through email by 17:00 (GMT) on 9th October 2024.

Once a bidder expresses an interest, a Selection Question (SQ) document pack will be shared with them at a later date. This will include the SQ document that must be completed by all bidders and submitted in line with the deadlines included within the pack, which will be after the deadline to express an interest, giving bidders enough time to complete the documents.

All clarifications should be submitted on Ariba and can also be emailed to David Archer (David.Archer@yorkshirewater.co.uk) by 17:00 (GMT) on 27th September 2024.

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 the SQ responses received, successful bidders will be invited to participate in the ITT. This is planned for November 2024 but is subject to changes based on YWS discretion.

II.1.5) Estimated total value

Value excluding VAT: 97 500 000.00  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:

Interested bidders can provide submission(s) for Lots 1 and / or 2.Tenders can be submitted by individual suppliers, or by lead suppliers representing a group of subcontracting suppliers or a Joint Venture. For this Agreement, Yorkshire Water recognises the supplier of Install, Maintain & Calibration as the Lead Supplier.The contracting authority reserves the right to award either Lot 1 or Lot 2, depending on the efficiencies that can be provided between the two models for all services.

II.2) Description

Lot No: 1

II.2.1) Title

"Data as a Service" Managed Service

II.2.2) Additional CPV code(s)

48610000

50433000

51210000

71352000

71353000

71355000

71631440

72313000

72314000

72316000

72321000

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: "Data as a Service" Managed Service

Yorkshire Water has a requirement to ensure continuous water quality monitoring of the receiving watercourse upstream and downstream of storm overflows and wastewater treatment works, with monitoring data collected should be available to the public in a near real-time manner. To ensure Yorkshire Water's compliance with legal obligations and commitments to customers, several objectives need to be delivered, including:

Site Planning & Investigations - Yorkshire Water requires the supplier to conduct on-site survey in designated monitoring locations to identify optimal site for monitoring equipment installation and devise deployment plan. Testing on-site instrument connectivity and transmission of monitoring data. The supplier is also responsible for developing investigation / pilots to assess site suitability for continuous water quality monitoring in a number of environments, such as estuarine, coastal and complex inland locations.

Hardware and Data Transmission - Yorkshire Water requires the supplier to secure water quality monitoring sensors for deployment that meet technical specifications, as outlined in the Interim Technical Standard of Section 82 of the Environmental Act 2021, and can reliably operate in the riverine environments. The supplier would be responsible to set up network for data transmission from on-site sensors with potential integration with Yorkshire Water's internal data management system. The supplier would also be providing necessary equipment and deploying appropriate measures for the secured housing of monitoring and telemetry assets.

Install, Maintain & Calibration - Yorkshire Water requires a relationship with a supplier to deploy monitoring sensors at identified installation sites. Devising servicing programme that includes regular maintenance, calibration and reactive repair in alignment with technical specifications outlined in the Interim Technical Standard of Section 82 of the Environmental Act 2021. The supplier would also be responsible for implementing necessary patching / updates on equipment software, and, in case of hardware failure, taking immediate mitigating actions to guarantee data availability and conducting failure investigations.

Data Visualisation & Analysis - Development and maintenance of a public-friendly online portal that visualises monitoring data in near real-time manner (normal data update every hour, with capability to increase frequency to every 15 minutes). The supplier would also develop relevant analysis tool to automatically generate insights from data, which can be leveraged to devise action plans under different scenarios.

Under the "Data as a service" Managed Service model, the bidder is expected to take ownership of installed hardware for the duration of agreement (and its extension). While bidders have flexibility on the arrangements post-installation, they would be fully accountable, on behalf of Yorkshire Water, to satisfy requirements on hardware functionality and data availability as stipulated in the Interim Technical Standard of Section 82 of the Environment Act 2021 for the duration of agreement (and its extension), and thus would also be accountable for any risks in case of non-compliance.

Suppliers that are wishing to express an interest in Lot 1, should either be able to cover all the service requirements listed above, or form a partnership with other suppliers that can carry out elements of the service, with them performing the role of lead bidder and being ultimately accountable for the overall delivery of any agreement.

Please note, it is Yorkshire Water's intention to award either Lot 1 or Lot 2, depending on the efficiencies that can be provided through "Data as a Service" over the Asset Ownership model.

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: 84

This contract is subject to renewal: Yes

Description of renewals:

This agreement is valid for an initial period of 84 months, followed by an optional renewal in 12 month increments up to a total term of 36 months, at YWS discretion.

II.2.10) Information about variants

Variants will be accepted: Yes

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 £97,500,000.

Lot No: 2

II.2.1) Title

Asset Ownership

II.2.2) Additional CPV code(s)

48610000

50433000

51210000

71352000

71353000

71355000

71631440

72313000

72314000

72316000

72321000

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: Asset Ownership

Yorkshire Water has a requirement to ensure continuous water quality monitoring of the receiving watercourse upstream and downstream of storm overflows and wastewater treatment works, with monitoring data collected should be available to the public in a near real-time manner. To ensure Yorkshire Water's compliance with legal obligations and commitments to customers, several objectives need to be delivered, including:

Site Planning & Investigations - Yorkshire Water requires the supplier to conduct on-site survey in designated monitoring locations to identify optimal site for monitoring equipment installation and devise deployment plan. Testing on-site instrument connectivity and transmission of monitoring data. The supplier is also responsible for developing investigation / pilots to assess site suitability for continuous water quality monitoring in a number of environments, such as estuarine, coastal and complex inland locations.

Hardware and Data Transmission - Yorkshire Water requires the supplier to secure water quality monitoring sensors for deployment that meet technical specifications, as outlined in the Interim Technical Standard of Section 82 of the Environmental Act 2021, and can reliably operate in the riverine environments. The supplier would be responsible to set up network for data transmission from on-site sensors with potential integration with Yorkshire Water's internal data management system. The supplier would also be providing necessary equipment and deploying appropriate measures for the secured housing of monitoring and telemetry assets.

Install, Maintain & Calibration - Yorkshire Water requires a relationship with a supplier to deploy monitoring sensors at identified installation sites. Devising servicing programme that includes regular maintenance, calibration and reactive repair in alignment with technical specifications outlined in the Interim Technical Standard of Section 82 of the Environmental Act 2021. The supplier would also be responsible for implementing necessary patching / updates on equipment software, and, in case of hardware failure, taking immediate mitigating actions to guarantee data availability and conducting failure investigations.

Data Visualisation & Analysis - Development and maintenance of a public-friendly online portal that visualises monitoring data in near real-time manner (normal data update every hour, with capability to increase frequency to every 15 minutes). The supplier would also develop relevant analysis tool to automatically generate insights from data, which can be leveraged to devise action plans under different scenarios.

Under the Asset Ownership model, Yorkshire Water will purchase and take ownership of the installed hardware from bidder, and the bidder is to comply with maintenance and calibration schedule defined by Yorkshire Water. While Yorkshire Water is mainly accountable to satisfy requirements on hardware functionality and data availability as stipulated in Environment Act 2021 for the duration of agreement (and its extension), the bidder would also be partially responsible for any risks in case of non-compliance as part of risk proportioning mechanism.

Suppliers that are wishing to express an interest in Lot 2, should either be able to cover all the service requirements listed above, or form a partnership with other suppliers that can carry out elements of the service, with them performing the role of lead bidder and being ultimately accountable for the overall delivery of any agreement.

Please note, it is Yorkshire Water's intention to award either Lot 1 or Lot 2, depending on the efficiencies that can be provided through Asset Ownership over the "Data as a Service" model.

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: 84

This contract is subject to renewal: Yes

Description of renewals:

This agreement is valid for an initial period of 84 months, followed by an optional renewal in 12 month increments up to a total term of 36 months, at YWS discretion.

II.2.10) Information about variants

Variants will be accepted: Yes

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 £97,500,000.

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: 09/10/2024

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 Service Limited

Bradford

BD6 2SZ

UK

VI.5) Date of dispatch of this notice

09/09/2024

Coding

Commodity categories

ID Title Parent category
72321000 Added-value database services Database services
50433000 Calibration services Repair and maintenance services of precision equipment
72316000 Data analysis services Data-processing services
72313000 Data capture services Data-processing services
72314000 Data collection and collation services Data-processing services
48610000 Database systems Database and operating software package
90711500 Environmental monitoring other than for construction Environmental impact assessment other than for construction
71631440 Flow-monitoring services Technical inspection services
51210000 Installation services of measuring equipment Installation services of equipment for measuring, checking, testing and navigating
71352000 Subsurface surveying services Engineering-related scientific and technical services
71353000 Surface surveying services Engineering-related scientific and technical services
71355000 Surveying services Engineering-related scientific and technical services

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:
David.Archer@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.