Section one: Contracting entity
one.1) Name and addresses
YORKSHIRE WATER SERVICES LIMITED
Western House,Western Way, Buttershaw
BRADFORD
BD62SZ
Contact
Robbie Packer
Robbie.Packer@yorkshirewater.co.uk
Telephone
+44 7974885196
Country
United Kingdom
Region code
UKE - Yorkshire and the Humber
Companies House
02366682
Internet address(es)
Main address
https://www.yorkshirewater.com/
one.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://www.yorkshirewater.com/
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Waste Water Repair & Maintenance Agreement (WWSA)
Reference number
CM2794
two.1.2) Main CPV code
- 90400000 - Sewage services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £500,000,000
two.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
two.2) Description
two.2.1) Title
Repair & Maintenance
Lot No
1
two.2.2) Additional CPV code(s)
- 90400000 - Sewage services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
Main site or place of performance
Yorkshire Region
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £390,500,000
two.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.
two.2.10) Information about variants
Variants will be accepted: Yes
two.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.
two.2) Description
two.2.1) Title
Lining Services
Lot No
2
two.2.2) Additional CPV code(s)
- 90400000 - Sewage services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
Main site or place of performance
Yorkshire Region
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £159,500,000
two.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.
two.2.10) Information about variants
Variants will be accepted: Yes
two.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.
two.2) Description
two.2.1) Title
Repair & Maintenance, inclusive of Lining Services
Lot No
3
two.2.2) Additional CPV code(s)
- 90400000 - Sewage services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
Main site or place of performance
Yorkshire Region
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £500,000,000
two.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.
two.2.10) Information about variants
Variants will be accepted: Yes
two.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.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 April 2024
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
YORKSHIRE WATER SERVICES LIMITED
Bradford
BD6 2SZ
Robbie.Packer@yorkshirewater.co.uk
Country
United Kingdom