Awarded contract

Provision of Repair & Maintenance Services on Clean Water Networks

  • YORKSHIRE WATER SERVICES LIMITED

F03: Contract award notice

Notice reference: 2021/S 000-018869

Published 5 August 2021, 12:07pm



Section one: Contracting authority

one.1) Name and addresses

YORKSHIRE WATER SERVICES LIMITED

Western House,Western Way, Buttershaw

BRADFORD

BD62SZ

Contact

Andrew Powell

Email

andrew.powell@yorkshirewater.co.uk

Telephone

+44 7790615527

Country

United Kingdom

NUTS code

UKE - Yorkshire and the Humber

Internet address(es)

Main address

www.yorkshirewater.com

one.4) Type of the contracting authority

Other type

Water and Sewage Company (WaSC)

one.5) Main activity

Other activity

Water Utility Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Repair & Maintenance Services on Clean Water Networks

Reference number

CM1455

two.1.2) Main CPV code

  • 65100000 - Water distribution and related services

two.1.3) Type of contract

Services

two.1.4) Short description

Yorkshire Water Services invited expressions of interest for a tender to provide planned/reactive/emergency repair and maintenance works to its Clean Water Network.

4 Lots were awarded

Lot 2 - Emergency reactive work (from 2 to 48-hour priority) and Planned reactive work (from 48-hour to 84-day priority)

Lot 3 - Developer services work

Lot 4 Metering work

Lot 5 Clean R&M Innovation Marketplace - YWS have created a marketplace for innovative solutions for repair and maintenance on the clean water network.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £800,000,000

two.2) Description

two.2.1) Title

Planned & Reactive Repair & Maintenance Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 65100000 - Water distribution and related services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

The Management & Delivery of the end to end customer experience, including planning and scheduling, andstreetworks management associated with:-

• Mains repairs/replacement (including trunk mains)

• Valves, hydrants, ferrules - replacements/installations

• Supply restoration (bottled water delivery), tankering

• Stop taps - renewal, re-location, installation

• Supply/comms pipes - replacement/repairs

• Lead pipe replacement

• Street furniture (inspections, follow on work)

• Mains diversions

• Bulk meters

• Consequential damage

• Non-standard work

two.2.5) Award criteria

Quality criterion - Name: Capablity / Weighting: 50

Cost criterion - Name: Schedule of Rates / Weighting: 50

two.2.11) Information about options

Options: Yes

Description of options

The initial term is 4 years (48 Months). YWS reserves the option of an extension of 4 years, 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

Developer Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 65100000 - Water distribution and related services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

The Management & Delivery of the end to end customer experience including planning and scheduling, andstreetworks management associated with:-

• New connections - Clean Only - Survey with planned activity and material schedule

• New connections - Clean and Waste - Installation of manifolds, comm pipes, chambers/minor sewerageinfrastructure

• Main laying - Clean Only - Excavate and lay, lay only, self-lay mains connection, self-lay mains test andchlorinate.

• Non-standard work, e.g. Clean and Waste mains diversion for the purposes of developer work.

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 50

Cost criterion - Name: Schedule of Rates / Weighting: 50

two.2.11) Information about options

Options: Yes

Description of options

Duration in months: 96

This contract is subject to renewal: yes

Description of renewals:

Initial term is 4 years (48 months). YWS reserves the option of an extension of 48 months, dependent on satisfactory contract performance of the appointed provider(s)

two.2) Description

two.2.1) Title

Metering Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 65100000 - Water distribution and related services
  • 65500000 - Meter reading service

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

The Management & Delivery of the end to end customer experience including planning and scheduling, andstreetworks management associated with:-

• Domestic and non-domestic meter replacement/installation/repair - internal and external (potentially including new chambers)

• Domestic and Non Domestic internal plumbing work

• Meter Reading

6 / 9

• Meter Survey work (very occasional)

• New project support

• Procurement and Storage of Meters

• Excavation & Reinstatement for new chambers

two.2.5) Award criteria

Quality criterion - Name: Technical Capability / Weighting: 50

Cost criterion - Name: Schedule of Rates / Weighting: 50

two.2.11) Information about options

Options: Yes

Description of options

Duration in months: 96

This contract is subject to renewal: yes

Description of renewals:

Initial term is 48 months. YWS reserves the option of an extension of 48 months, dependent on satisfactory contract performance of the appointed provider(s)

two.2) Description

two.2.1) Title

Innovation Market Place

Lot No

4

two.2.2) Additional CPV code(s)

  • 65100000 - Water distribution and related services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

YWS is looked to create a marketplace for innovative solutions for repair and maintenance on a clean water etwork.

Solutions should be able to offer transformative outcomes in the end to end repair and maintenance processsing non-conventional techniques. The marketplace will utilise mini competitions to procure these solutions. Only those who have been admitted to Lot 5 will be eligible to take part in these mini competitions.

Solutions should be at or approaching Technology Readiness Level 8 or 9 (TRL) (i.e. proven in an operational environment). Consideration may be given to credible solutions that are approaching market readiness and have a credible plan to achieve this within a 12-24-month period (i.e. TRLs 6 and 7).

The scope of mini competitions includes solutions in the following areas, (but not limited to):

• Dig improvement - such as use of keyhole techniques/no-dig approaches, use of long handled tools, suction excavation, pipe pulling, use of sustainable aggregates, etc.;

• Dig avoidance - such as in-pipe repair, repair and renewal of communication/supply pipes, self-repairing materials, 3D printing, robotic/internal drone detection and repair;

• Other potential areas of interest (in particular, where available as part of an integrated R&M innovation solution):

• Leak prediction, detection and triage (including both hardware and software aspects, and potentially service aspects)

• Technology led condition assessment and network maintenance

For clarity, solutions that are in effect akin to business improvement in relation to conventional techniques are out of scope. This includes (but is not limited to), the following:

• Use of automated planning and scheduling solutions

• Use of low carbon vehicles

• Consumables, parts and materials

Note: Offerings need to provide the required labour force/support or be able to provide required training to an in-house/outsourced field resource providers.

The envisaged number of suppliers in Lot 5 is 50, maximum of 200.

The term is 3 + 3 + 2 years.

two.2.5) Award criteria

Quality criterion - Name: Challenge Statement / Weighting: 100

Price - Weighting: 0

two.2.11) Information about options

Options: Yes

Description of options

Duration in months: 96

This contract is subject to renewal: yes

Description of renewals:

Initial term is 3 years (36 months). YWS reserves the option of two further extensions of 36 months and 24months subject to satisfactory contract performance of the appointed providers


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 061-146867


Section five. Award of contract

Contract No

CM1455

Lot No

Lot 2 Clean R&M

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 July 2021

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Network Plus

James Corbett Road Salford GM M50 1DE

Manchester

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

No

five.2.3) Name and address of the contractor

Morrison Water Services

Abel Smith House Stevenage HT SG1 2ST

Stevenage

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £520,000,000

Total value of the contract/lot: £520,000,000


Section five. Award of contract

Contract No

CM1455

Lot No

3

Title

Developer Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 July 2021

five.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Network Plus

James Corbett Road Salford GM M50 1DE

Manchester

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £120,000,000

Total value of the contract/lot: £120,000,000


Section five. Award of contract

Contract No

CM1455

Lot No

4

Title

Metering Work

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 July 2021

five.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Network Plus

James Corbett Road Salford GM M50 1DE

Manchester

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

No

five.2.3) Name and address of the contractor

Morrison Water Services

Abel Smith House Stevenage HT SG1 2ST

Stevenage

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £160,000,000

Total value of the contract/lot: £160,000,000


Section five. Award of contract

Contract No

CM1455

Lot No

5

Title

Innovation Market Place

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 July 2021

five.2.2) Information about tenders

Number of tenders received: 32

Number of tenders received from SMEs: 26

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

1 Spatial Group

Cambridge

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Amey Utility Services

Oxford

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

No

five.2.3) Name and address of the contractor

Acquaint BV

Leeuwarden

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Binnies Ltd

Redhill

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

No

five.2.3) Name and address of the contractor

Crowder Consulting

Birkenhead

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Electro Scan UK Ltd

London

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

FIDO Tech Ltd

Bicester

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

GMAC Utilities Limited

Pyle

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Haydale Composite Limited

Loughborough

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Hydraulic Analysis Limited

Leeds

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Hydrosave (UK) Ltd

Kettering

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Inflowmatix Limited

Southampton

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Intellitect Water Ltd

Romsey

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Kier Integrated Services Ltd

Manchester

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

No

five.2.3) Name and address of the contractor

Mueller International Holdings

London

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

MW Polymer Products Ltd

Derby

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Morrison Water Services

Stevenage

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

No

five.2.3) Name and address of the contractor

Origin Integrity Management Ltd.

Newcastle Upon Tyne

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

PAM Analytics

Radlett

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

PMP Utilities Ltd

Burnley

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

R2M Ltd

Accrington

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Royal Haskoning DHV

Peterborough

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Sanivar UK

Sanivar

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Sarco Stopper Ltd

London

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Suez Advanced Solutions UK Ltd

Maidenhead

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

No

five.2.3) Name and address of the contractor

Tata Consultancy Services

London

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Telespazio VEGA UK Ltd

Luton

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

TesTex NDT Limited

North Killingholme

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Thermancy

Salisbury

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Water Research Centre Limited

Swindon

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Xylem Water Solutions UK Ltd

Nottingham

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Acquaint BV

Leeuwarden

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £500,000,000

Total value of the contract/lot: £500,000,000


Section five. Award of contract

Title

Innovation Market Place

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Yorkshire Water Services

Bradford

Country

United Kingdom