Section one: Contracting entity
one.1) Name and addresses
YORKSHIRE WATER SERVICES LIMITED
Western House,Western Way, Buttershaw
BRADFORD
BD62SZ
Contact
Beatriz Sambonovich
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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