Tender

Asbestos Related Services

  • YORKSHIRE WATER SERVICES LIMITED

F05: Contract notice – utilities

Notice identifier: 2023/S 000-017628

Procurement identifier (OCID): ocds-h6vhtk-03d826

Published 21 June 2023, 11:04am



Section one: Contracting entity

one.1) Name and addresses

YORKSHIRE WATER SERVICES LIMITED

Western House,Western Way, Buttershaw

BRADFORD

BD62SZ

Contact

Ramya Ramalingan

Email

ramya.ramalingan@yorkshirewater.co.uk

Telephone

+44 07816865718

Country

United Kingdom

Region code

UKE41 - Bradford

YORKSHIRE WATER SERVICES LIMITED

YORKSHIRE WATER SERVICES LIMITED

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://service.ariba.com

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Asbestos Related Services

two.1.2) Main CPV code

  • 90650000 - Asbestos removal services

two.1.3) Type of contract

Services

two.1.4) Short description

This notice is seeking expressions of interest for the establishment of a Framework Agreement for Asbestos Management related to: Waste Water, Clean Water, Facilities Offices, Domestic and Agricultural Properties.

This framework agreement is envisaged to be the primary route for selecting suppliers for the delivery of the selected Asbestos Management 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.

Successful suppliers will work alongside Yorkshire Water Services (YWS) to provide services in the areas of Asbestos Inspection, Remedial and Associated Services.

Yorkshire Water has a Statutory obligation to comply with the Control of Asbestos Regulations 2012.

For the avoidance of doubt, suppliers DO NOT need to deliver services in all Lots to submit a response to this tender.

Procurement Process:

To express an interest in participating in the tender, please contact Ramya Ramalingan (ramya.ramalingan@yorkshirewater.co.uk) through email by 17:00 (GMT) on 21st July 2023.

Once a bidder expresses an interest, the Invitation to Qualify (ITQ) document pack will be shared with them. This will include the ITQ document that must be completed by all bidders and submitted on Ariba by 28th July 2023.

All clarifications should be submitted on Ariba and can also be emailed to Ramya Ramalingan (ramya.ramalingan@yorkshirewater.co.uk) by 17:00 (GMT) on 24th July 2023. 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 late July but is subject to change based on YWS discretion.

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

two.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:

For the avoidance of doubt, suppliers DO NOT need to deliver services in all Lots to submit a response to this tender

two.2) Description

two.2.1) Title

Asbestos Inspections & Associated Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work
  • 90650000 - Asbestos removal 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 1: Asbestos Inspections & Associated Services

Yorkshire Water currently has existing asbestos management surveys for 3800 assets, of which ~860 require routine inspections. These are across Waste Water, Clean Water, Facilities Offices, Domestic and Agricultural Properties.

YWS seeks to appoint a framework of suppliers that can provide Asbestos Inspection and Associated Services to Yorkshire Water, that will ensure that all employees and representatives of Yorkshire Water are safe from the dangers of Asbestos, and to ensure Statutory compliance with all current regulations in relation to Asbestos are achieved and maintained.

Suitably qualified and competent suppliers will be engaged with to provide the services required. The scope of this requirement includes the provision of regular reinspection of ACM's, asbestos surveys, refurbishment and demolition surveys, asbestos contaminated land, air monitoring services, testing/laboratory services, technical consultancy and project management. All services are to be provided in line with YW Management Procedures technical requirements. All works carried out will be in accordance with the Control of Asbestos regulations 2012. The Yorkshire Water Compliance team will receive monitor, maintain, and review all relevant reports and certifications relevant to the service. A Contract Specialist will monitor all relevant KPI's, SLA's, and will ensure that high levels of communication with the service provider are maintained throughout the duration of the contract. This will include supplier review meetings, the frequency of which will be determined by the Compliance team and the Contract Specialist.

Additionally, YWS may also require the framework suppliers to facilitate asbestos training programmes for its employees.

All framework suppliers will be required to integrate with the YWS Asbestos Management software, and provide the necessary data in a compatible format.

Yorkshire Water Procurement will follow a full EU OJEU process.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

This agreement is valid for an initial period of 36 months, followed by an optional renewal in 12 month increments up to a total term of 24 months, at YWS discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.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.

two.2.14) Additional information

The value of the direct contract with Yorkshire Water is estimated at £2,000,000 (across Lot 1 & Lot 2).

This will also be the primary framework used for asbestos services required by YWS Capital Partners. The additional business opportunity over the 3+1+1 year term is estimated at £412,000 (across Lot 1 & Lot 2)

two.2) Description

two.2.1) Title

Asbestos Remedial Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work
  • 90650000 - Asbestos removal 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 2: Asbestos Remedial Services

YWS seeks to appoint a framework of Contractors (LARCs) to undertake Asbestos Remedial Works in accordance with good practice and its specifications, that will ensure that all employees and representatives of Yorkshire Water are safe from the dangers of Asbestos, and to ensure Statutory compliance with all current regulations in relation to Asbestos are achieved and maintained.

The scope of this requirement includes the provision of Asbestos Remedial services, including abatement and disposal. All licensable and non-licensable works to be provided in line with YW Management Procedures technical requirements. All works carried out will be in accordance to the Control of Asbestos regulations 2012. The Yorkshire Water Compliance team will receive monitor, maintain, and review all relevant reports and certifications relevant to the service. A Contract Specialist will monitor all relevant KPI's, SLA's, and will ensure that high levels of communication with the service provider are maintained throughout the duration of the contract. This will include supplier review meetings, the frequency of which will be determined by the Compliance team and the Contract Specialist.

Yorkshire Water Procurement will follow a full EU OJEU process.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

This agreement is valid for an initial period of 36 months, followed by an optional renewal in 12 month increments up to a total term of 24 months, at YWS discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.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.

two.2.14) Additional information

The value of the direct contract with Yorkshire Water is estimated at £2,000,000 (across Lot 1 & Lot 2).

This will also be the primary framework used for asbestos services required by YWS Capital Partners. The additional business opportunity over the 3+1+1 year term is estimated at £412,000 (across Lot 1 & Lot 2)


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.1.8) 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

21 July 2023

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 Service Limited

Bradford

BD62SZ

Country

United Kingdom