Tender

Provision of Gas Oil, Industrial Heating Oil, Kerosene, Diesel and HVO (Hydrotreated Vegetable Oil)

  • YORKSHIRE WATER SERVICES LIMITED

F05: Contract notice – utilities

Notice identifier: 2023/S 000-020292

Procurement identifier (OCID): ocds-h6vhtk-03e201

Published 14 July 2023, 1:04pm



Section one: Contracting entity

one.1) Name and addresses

YORKSHIRE WATER SERVICES LIMITED

Western House,Western Way, Buttershaw

BRADFORD

BD62SZ

Contact

Beatriz Sambonovich

Email

sambonob@yw.co.uk

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

http://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

Provision of Gas Oil, Industrial Heating Oil, Kerosene, Diesel and HVO (Hydrotreated Vegetable Oil)

two.1.2) Main CPV code

  • 09130000 - Petroleum and distillates

two.1.3) Type of contract

Supplies

two.1.4) Short description

We hereby invite expressions of interest for the establishment of a Supply Agreement encompassing Gas Oil, Industrial Heating Oil (IHO), Diesel, Kerosene, and Hydrotreated Vegetable Oil (HVO). The tender will be divided into two distinct lots: Lot 1 for Gas Oil, Industrial Heating Oil, Diesel, and Kerosene; and Lot 2 exclusively for Hydrotreated Vegetable Oil (HVO).

This tender process will serve as the primary method for selecting qualified suppliers who will be entrusted with the responsibility of delivering the specified fuels throughout the duration of the agreement.

Please be aware that any estimated quantities or values provided in this or other associated documentation are purely for guidance purposes. They do not impose any obligation on the organization to purchase specific quantities in the event that a bidder is successful and enters into an Agreement.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

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:

1. Fossil Fuel Lot: YWS is seeking a contractor to provide a flexible capacity of fossil fuel per annum for the duration of the three-year fuel contract. The capacity required is variable and non-committed volumes.

2. Alternative Fuel Lot (HVO Fuel): YWS is considering the award of a contract for the supply of HVO fuel. However, please note that the award of this lot is subject to evaluation and may not be awarded.

two.2) Description

two.2.1) Title

Fossil Fuel Lot

Lot No

1

two.2.2) Additional CPV code(s)

  • 09131000 - Aviation kerosene
  • 09134000 - Gas oils
  • 09135000 - Fuel oils

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

Description:

This tender is designed to procure gas oil, IHO, kerosene, diesel, and HVO fuel, divided into two lots: one for fossil fuels and one for HVO. The contract duration is initially set for three years, with the potential for and extension of up to 2 years, providing flexibility for either a 1+1 arrangement or a straight 2-years. The estimated total value over the three-year period (excluding VAT): £5,000,000 GBP, with an annual estimated spend of approximately £1,666,666 GBP.

The goal is to identify and select a single supplier who possesses the capability to meet these fuel needs.

Suppliers have the flexibility to provide quotes for various fuel options, including gas oil, IHO, kerosene, diesel, and HVO. They should include all cost components related to the specific fuel options, such as fuel prices, delivery charges, and any additional costs. Successful suppliers will be required to supply lot 1 (fossil fuels) and are encouraged to have the capability to supply lot 2 (HVO) as well. However, even suppliers who can only provide lot 1 will still be considered, as the final decision on awarding lot 2 (HVO) is yet to be determined.

Lots:

1. Fossil Fuel Lot: YWS is seeking a contractor to provide a flexible capacity of fossil fuel per annum for the duration of the three-year fuel contract. The capacity required is variable and non-committed volumes.

2. Alternative Fuel Lot (HVO Fuel): YWS is considering the award of a contract for the supply of HVO fuel. However, please note that the award of this lot is subject to evaluation and may not be awarded.

Process:

In the first instance the expression of interests to participate must be submitted via email to Con Metcalf and Beatriz Sambonovich (constantine.metcalf@yorkshirewater.co.uk / beatriz.sambonovich@yorkshirewater.co.uk ) SQ will be issued to the bidders upon a receipt of an expression of interest. The bidders will then be assessed over two stages:

First Stage - Qualification: The initial phase of the tender process will involve a thorough assessment of bidders' capabilities through supplier qualification. Bidders will be required to provide evidence of their qualifications for each lot they intend to bid for, along with responses to qualitative questions. Additionally, YWS may conduct reference checks with relevant stakeholders to verify the bidders' capabilities.

Scoring criteria for each of the SQ questions will be shared alongside the questionnaire. Bidders that do not meet the minimum criteria, will be excluded from the process at this stage.

Second stage - Invitation To Tender (ITT): Second Stage - Invitation to Tender (ITT): Thee ITT stage will include two phases:

1) Suppliers will be evaluated based on qualitative and commercial factors for each lot. Clear scoring criteria ensure transparency and fairness.

2) Suppliers will participate in a Reverse EAuction, an online bidding process, adjusting bids in real-time to offer the most economically advantageous proposals.

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

The contract duration is initially set for three years, with the potential for and extension of up to 2 years, providing flexibility for either a 1+1 arrangement or a straight 2-years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot No

2

two.2.2) Additional CPV code(s)

  • 09134230 - Biodiesel
  • 09134231 - Biodiesel (B20)
  • 09134232 - Biodiesel (B100)

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

Description:

This tender is designed to procure gas oil, IHO, kerosene, diesel, and HVO fuel, divided into two lots: one for fossil fuels and one for HVO. The contract duration is initially set for three years, with the potential for and extension of up to 2 years, providing flexibility for either a 1+1 arrangement or a straight 2-years. The estimated total value over the three-year period (excluding VAT): £5,000,000 GBP, with an annual estimated spend of approximately £1,666,666 GBP.

The goal is to identify and select a single supplier who possesses the capability to meet these fuel needs.

Suppliers have the flexibility to provide quotes for various fuel options, including gas oil, IHO, kerosene, diesel, and HVO. They should include all cost components related to the specific fuel options, such as fuel prices, delivery charges, and any additional costs. Successful suppliers will be required to supply lot 1 (fossil fuels) and are encouraged to have the capability to supply lot 2 (HVO) as well. However, even suppliers who can only provide lot 1 will still be considered, as the final decision on awarding lot 2 (HVO) is yet to be determined.

Lots:

1. Fossil Fuel Lot: YWS is seeking a contractor to provide a flexible capacity of fossil fuel per annum for the duration of the three-year fuel contract. The capacity required is variable and non-committed volumes.

2. Alternative Fuel Lot (HVO Fuel): YWS is considering the award of a contract for the supply of HVO fuel. However, please note that the award of this lot is subject to evaluation and may not be awarded.

Process:

In the first instance the expression of interests to participate must be submitted via email to Con Metcalf and Beatriz Sambonovich (constantine.metcalf@yorkshirewater.co.uk / beatriz.sambonovich@yorkshirewater.co.uk ) SQ will be issued to the bidders upon a receipt of an expression of interest. The bidders will then be assessed over two stages:

First Stage - Qualification: The initial phase of the tender process will involve a thorough assessment of bidders' capabilities through supplier qualification. Bidders will be required to provide evidence of their qualifications for each lot they intend to bid for, along with responses to qualitative questions. Additionally, YWS may conduct reference checks with relevant stakeholders to verify the bidders' capabilities.

Scoring criteria for each of the SQ questions will be shared alongside the questionnaire. Bidders that do not meet the minimum criteria, will be excluded from the process at this stage.

Second stage - Invitation To Tender (ITT): Second Stage - Invitation to Tender (ITT): Thee ITT stage will include two phases:

1) Suppliers will be evaluated based on qualitative and commercial factors for each lot. Clear scoring criteria ensure transparency and fairness.

2) Suppliers will participate in a Reverse EAuction, an online bidding process, adjusting bids in real-time to offer the most economically advantageous proposals.

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

The contract duration is initially set for three years, with the potential for and extension of up to 2 years, providing flexibility for either a 1+1 arrangement or a straight 2-years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


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.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

The EAuction will take place as the second stage of our Invitation To Tender (ITT), which will consist of:

1) Stage 1: Suppliers will be evaluated based on qualitative and commercial factors for each lot (including the provision of an initial pricing). Clear scoring criteria will be used to ensure transparency and fairness.

2) Stage 2: After an initial evaluation, Suppliers will be invited to participate in a Reverse EAuction, an online bidding process in which bids are adjusted real-time to offer the most economically advantageous proposals.

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

14 August 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 Services Limited

Bradford

BD6 2SZ

Country

United Kingdom