Construction Tenders

Fri October 18 2024

Related Information

Construction Contract Leads

Yorkshire and the Humber

Category Services

Type

No. of Lots 5

Status Active

Published 4th Dec 2023

Tender Details
Referenceocds-h6vhtk-042155
Common Procurement VocabularyWater distribution and related services
Procurement MethodNegotiated procedure with prior call for competition
Value£7,500,000
« Previous Page

Yorkshire and the Humber

Category Services

Type

No. of Lots 5

Status Active

Published 4th Dec 2023

Tender Details
Referenceocds-h6vhtk-042155
Common Procurement VocabularyWater distribution and related services
Procurement MethodNegotiated procedure with prior call for competition
Value£7,500,000

Section I: Contracting entity

I.1) Name and addresses

YORKSHIRE WATER SERVICES LIMITED

Western House,Western Way, Buttershaw

BRADFORD

BD62SZ

Contact

Christoffer Askgaard

Email

christoffer.askgaard [at] yorkshirewater.co.uk

Telephone

+45 40320982

Country

United Kingdom

NUTS code

UKE41 - Bradford

Companies House

02366682

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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://service.ariba.com

I.6) Main activity

Water


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Temporary Alternative Water Supplies

II.1.2) Main CPV code

  • 65100000 - Water distribution and related services

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 Temporary Alternative Water Supplies (TAWS) related to: Clean Water Tankering, Bottled Water provision, Bottled Water Deployment and Warning Card Notices.

This framework agreement is envisaged to be the primary route for selecting suppliers for the delivery of the selected TAWS 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 provide Temporary Alternative Water Supplies when there is a disruption to the water network, outlined by the Drinking Water Inspectorate and the SEMD enforcement policy.

Interested Bidders will have the opportunity to express an interest in providing as many of the required services as they wish and Yorkshire Water will reserve the right to either award everything to one supplier under a managed service (Lot 1), or to multiple suppliers (Lots 2 to 5).

For the avoidance of doubt, suppliers DO NOT need to deliver services in all Lots to submit a response to this tender and Lots will be awarded at Yorkshire Water's discretion.

Procurement Process:

To express an interest in participating in the tender, please contact Christoffer Askgaard (Christoffer.Askgaard [at] yorkshirewater.co.uk) through email by 17:00 (GMT) on 12th January 2024.

Once a bidder expresses an interest, they will be shortlisted and an Invitation to Qualify (ITQ) document pack will be shared with them, at a later date. This will include the ITQ document that must be completed by all bidders and submitted in line with the deadlines included within that 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 Christoffer Askgaard (Christoffer.Askgaard [at] yorkshirewater.co.uk) by 17:00 (GMT) on 12th January 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 responses received for the ITQ, successful suppliers will be invited to participate in the ITT. This is planned for March 2024 but is subject to change based on YWS discretion.

II.1.5) Estimated total value

Value excluding VAT: £7,500,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

TAWS and All Associated Services

Lot No

1

II.2.2) Additional CPV code(s)

  • 34133100 - Tankers
  • 39225710 - Bottles
  • 63122000 - Warehousing services
  • 64121100 - Mail delivery services
  • 65100000 - Water distribution and related services
  • 79800000 - Printing and related services
  • 85312200 - Homedelivery of provisions

II.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

II.2.4) Description of the procurement

Lot 1: TAWS and All Associated Services

Clean Water Tankering, Bottled Water provision, Bottled Water Deployment and Warning Card Notices.

Yorkshire Water has a requirement to ensure that a minimum level of service is provided by alternative means, should the piped supply of water fail. The Yorkshire Water emergency response team will notify the supplier of an incident, who will then respond in a manner which minimises customer disruption. To ensure that the service is provided to meet SEMD legislation and Yorkshire Water's performance commitments to it's customers, a number of different activities need performing, including:

Clean Water Tankering - Providing bulk water tankers to deliver potable water to designations determined by Yorkshire Water in the event of a supply failure. The supplier would be responsible for providing the fleet and drivers (with necessary training and certification) to respond to the incident within agreed SLAs.

Bottled Water Provision - Yorkshire Water requires the ability to purchase bottled water, to be able to deploy to areas where the water supply cannot be restored, or a tanker cannot be deployed. The supplier will be responsible for warehousing and providing stock of bottled water to be able to respond to an incident, where required and to Yorkshire Water specifications.

Bottled Water Deployment - Yorkshire Water requires a relationship with a supplier that can deploy bottled water, in the response to an incident where the water supply cannot be restored, or a tanker cannot be deployed. The supplier would be responsible for storing and maintaining levels of stock from the bottled water supplier, as well as the ability to transport and manage the bottled water deployment process, including delivering pallets of bottled water to designated zones within communities and also delivering to vulnerable customers, registered on the Priority Services Register.

Warning Card Notices - Where the water is not safe to drink, boil water and rescind notices are required to be delivered to the customer, to inform them. The supplier would be required to print and deliver these notices on behalf of Yorkshire Water, to any affected customers.

Suppliers that are wishing to express an interest in Lot 1, should either be able to cover all of 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 Lots 2 to 5, depending on the efficiencies that can be provided through having one accountable supplier for all services.

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.2.6) Estimated value

Value excluding VAT: £7,500,000

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

This agreement is valid for an initial period of 60 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: No

II.2) Description

II.2.1) Title

Clean Water Tankering

Lot No

2

II.2.2) Additional CPV code(s)

  • 34133100 - Tankers

II.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

II.2.4) Description of the procurement

Lot 2: Clean Water Tankering

Yorkshire Water has a requirement to ensure that a minimum level of service is provided by alternative means, should the piped supply of water fail. The Yorkshire Water emergency response team will notify the supplier of an incident, who will then respond in a manner which minimises customer disruption. To ensure that the service is provided to meet SEMD legislation and Yorkshire Water's performance commitments to its customers, a number of different activities need performing. This Lot is in relation to the following services only:

Clean Water Tankering - Providing bulk water tankers to deliver potable water to designations determined by Yorkshire Water in the event of a supply failure. The supplier would be responsible for providing the fleet and drivers (with necessary training and certification) to respond to the incident within agreed SLAs.

Suppliers that are wishing to express an interest in this Lot will only be responsible for this part of the service in any agreement.

Please note, it is Yorkshire Water's intention to award either Lot 1, or Lots 2 to 5, depending on the efficiencies that can be provided through having one accountable supplier for all services.

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

60

This contract is subject to renewal

Yes

Description of renewals

This agreement is valid for an initial period of 60 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: No

II.2) Description

II.2.1) Title

Bottled Water Provision

Lot No

3

II.2.2) Additional CPV code(s)

  • 39225710 - Bottles
  • 65100000 - Water distribution and related services

II.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

II.2.4) Description of the procurement

Lot 3: Bottled Water Provision

Yorkshire Water has a requirement to ensure that a minimum level of service is provided by alternative means, should the piped supply of water fail. The Yorkshire Water emergency response team will notify the supplier of an incident, who will then respond in a manner which minimises customer disruption. To ensure that the service is provided to meet SEMD legislation and Yorkshire Water's performance commitments to its customers, a number of different activities need performing. This Lot is in relation to the following services only:

Bottled Water Provision - Yorkshire Water requires the ability to purchase bottled water, to be able to deploy to areas where the water supply cannot be restored, or a tanker cannot be deployed. The supplier will be responsible for warehousing and providing stock of bottled water to be able to respond to an incident, where required and to Yorkshire Water specifications.

Suppliers that are wishing to express an interest in this Lot will only be responsible for this part of the service in any agreement.

Please note, it is Yorkshire Water's intention to award either Lot 1, or Lots 2 to 5, depending on the efficiencies that can be provided through having one accountable supplier for all services.

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

60

This contract is subject to renewal

Yes

Description of renewals

This agreement is valid for an initial period of 60 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: No

II.2) Description

II.2.1) Title

Bottled Water Deployment

Lot No

4

II.2.2) Additional CPV code(s)

  • 63122000 - Warehousing services
  • 65100000 - Water distribution and related services
  • 85312200 - Homedelivery of provisions

II.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

II.2.4) Description of the procurement

Lot 4: Bottled Water Deployment

Yorkshire Water has a requirement to ensure that a minimum level of service is provided by alternative means, should the piped supply of water fail. The Yorkshire Water emergency response team will notify the supplier of an incident, who will then respond in a manner which minimises customer disruption. To ensure that the service is provided to meet SEMD legislation and Yorkshire Water's performance commitments to its customers, a number of different activities need performing. This Lot is in relation to the following services only:

Bottled Water Deployment - Yorkshire Water requires a relationship with a supplier that can deploy bottled water, in the response to an incident where the water supply cannot be restored, or a tanker cannot be deployed. The supplier would be responsible for storing and maintaining levels of stock from the bottled water supplier, as well as the ability to transport and manage the bottled water deployment process, including delivering pallets of bottled water to designated zones within communities and also delivering to vulnerable customers, registered on the Priority Services Register.

Suppliers that are wishing to express an interest in this Lot will only be responsible for this part of the service in any agreement.

Please note, it is Yorkshire Water's intention to award either Lot 1, or Lots 2 to 5, depending on the efficiencies that can be provided through having one accountable supplier for all services.

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

60

This contract is subject to renewal

Yes

Description of renewals

This agreement is valid for an initial period of 60 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: No

II.2) Description

II.2.1) Title

Warning Card Notices

Lot No

5

II.2.2) Additional CPV code(s)

  • 64121100 - Mail delivery services
  • 79800000 - Printing and related services

II.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

II.2.4) Description of the procurement

Lot 5: Warning Card Notices

Yorkshire Water has a requirement to ensure that a minimum level of service is provided by alternative means, should the piped supply of water fail. The Yorkshire Water emergency response team will notify the supplier of an incident, who will then respond in a manner which minimises customer disruption. To ensure that the service is provided to meet SEMD legislation and Yorkshire Water's performance commitments to its customers, a number of different activities need performing. This Lot is in relation to the following services only:

Warning Card Notices - Where the water is not safe to drink, boil water and rescind notices are required to be delivered to the customer, to inform them. The supplier would be required to print and deliver these notices on behalf of Yorkshire Water, to any effected customers.

Suppliers that are wishing to express an interest in this Lot will only be responsible for this part of the service in any agreement.

Please note, it is Yorkshire Water's intention to award either Lot 1, or Lots 2 to 5, depending on the efficiencies that can be provided through having one accountable supplier for all services.

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

60

This contract is subject to renewal

Yes

Description of renewals

This agreement is valid for an initial period of 60 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: No


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure with prior call for competition

IV.1.8) Information about the 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 January 2024

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

15 January 2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Yorkshire Water Service Limited

Bradford

Country

United Kingdom