Section one: Contracting authority
one.1) Name and addresses
YPO
41 Industrial Park
Wakefield
WF2 0XE
Contact
Contracts Team
Telephone
+44 1924885903
Country
United Kingdom
Region code
UKE45 - Wakefield
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
ESPO
Grove Park, Barnsdale Way
Leicester
LE19 1ES
Contact
Rowena Reid
Country
United Kingdom
Region code
UKF21 - Leicester
Internet address(es)
Main address
one.1) Name and addresses
West Mercia Energy
5 Abbey Lawn, Abbey Foregate
Shrewsbury
SY2 5DE
Contact
Julie Wassall
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