Tender

YPO 001181 - Water, Wastewater and Ancillary Services

  • YPO
  • ESPO
  • West Mercia Energy

F02: Contract notice

Notice identifier: 2023/S 000-013931

Procurement identifier (OCID): ocds-h6vhtk-03c92a

Published 16 May 2023, 2:25pm



Section one: Contracting authority

one.1) Name and addresses

YPO

41 Industrial Park

Wakefield

WF2 0XE

Contact

Contracts Team

Email

contracts@ypo.co.uk

Telephone

+44 1924885903

Country

United Kingdom

Region code

UKE45 - Wakefield

Internet address(es)

Main address

http://www.ypo.co.uk/

Buyer's address

http://www.ypo.co.uk/

one.1) Name and addresses

ESPO

Grove Park, Barnsdale Way

Leicester

LE19 1ES

Contact

Rowena Reid

Email

r.reid@espo.org

Country

United Kingdom

Region code

UKF21 - Leicester

Internet address(es)

Main address

https://www.espo.org/

one.1) Name and addresses

West Mercia Energy

5 Abbey Lawn, Abbey Foregate

Shrewsbury

SY2 5DE

Contact

Julie Wassall

Email

jwassall@westmerciaenergy.co.uk

Country

United Kingdom

Region code

UKG2 - Shropshire and Staffordshire

Internet address(es)

Main address

https://www.westmerciaenergy.co.uk/

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

YPO 001181 - Water, Wastewater and Ancillary Services

Reference number

001181

two.1.2) Main CPV code

  • 65000000 - Public utilities

two.1.3) Type of contract

Services

two.1.4) Short description

YPO are looking for a sole supplier to be appointed onto a Framework Agreement for the supply of potable water, wastewater services and related ancillary services primarily for use in the local authority sector, education sector and emergency services sector. This Framework is designed to meet the needs of both YPO and Other Contracting Authorities by establishing an agreement where the end customer will place the order with the Supplier and the Supplier will deliver direct to the end customer.

two.1.5) Estimated total value

Value excluding VAT: £1,000,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 65100000 - Water distribution and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The resulting Framework Agreement shall be deemed to cover any item that can be supplied by the successful Tenderer(s) over the life of the Framework within the scope of potable water, wastewater services and ancillary services. These ancillary products and services may include but are not limited to:

- Automated Meter Reading;

- Contingency planning;

- High Consumption Alerts;

- Leak detection and repair;

- Water audit site surveys;

- Water Footprint assessment;

- Tariff optimisation and benchmarking;

- Cost Recovery;

- Legionella Risk Assessments

two.2.5) Award criteria

Quality criterion - Name: Management Approach / Weighting: 10%

Quality criterion - Name: Managing Invoices and Payments / Weighting: 20%

Quality criterion - Name: Data Management / Weighting: 10%

Quality criterion - Name: Emergency Planning / Weighting: 5%

Quality criterion - Name: Service Development and Innovation / Weighting: 5%

Quality criterion - Name: Ancillary Services / Weighting: 10%

Price - Weighting: 20%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2023

End date

31 August 2027

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Organisations must ensure that they are not in breach of any of the mandatory or discretionary exclusions contained in Regulation 57 of the Public Contracts Regulations 2015. Please refer to the

Tender Documentation/ Online Tender located on our E-Procurement system. The web address can be found under ‘Procurement Documents’ in ‘Communication’ section in this notice.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the Framework Agreement Terms and Conditions located on our E-Procurement system. The web address can be found under Procurement Documents in ‘Communication’ Section in this notice.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

In the case of framework agreements, provide justification for any duration exceeding 4 years:

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

20 June 2023

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

20 June 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

six.3) Additional information

YPO are purchasing on the behalf of other contracting authorities. Please see the below link

for details: https://www.ypo.co.uk/about/customers/permissible-users .

YPO will incorporate a standstill period at the point of notification of the award of the contract

is provided to all bidders. The standstill period will be for a minimum of 10 calendar days, and

provides time for unsuccessful tenderers to challenge the award decision before the contract

is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who

have been harmed or are at risk of harm by a breach of the rules to take action in the High

Court (England, Wales and Northern Ireland).

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom