Opportunity

Fleet management

  • YORKSHIRE WATER SERVICES LIMITED

F05: Contract notice – utilities

Notice reference: 2022/S 000-021275

Published 3 August 2022, 2:17pm



Section one: Contracting entity

one.1) Name and addresses

YORKSHIRE WATER SERVICES LIMITED

Western House,Western Way, Buttershaw

BRADFORD

BD62SZ

Contact

Mariia Sazonova

Email

mariia.sazonova@yorkshirewater.co.uk

Telephone

+44 7397133614

Country

United Kingdom

NUTS code

UKE41 - Bradford

Companies House

03778498

Internet address(es)

Main address

www.yorkshirewater.com

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

www.yorkshirewater.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.yorkshirewater.com

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Fleet management

Reference number

CM2499

two.1.2) Main CPV code

  • 50111000 - Fleet management, repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

YWS is looking to procure the following services:

- Accident and roadside assistance services

- Vehicle disposal services

- Fleet management services including but not limited to the following

- Driver line support for breakdown & roadside assistance,

scheduling services for routine maintenance

- MOT due notification and reminders, Service Maintenance &

Repairs - within authorised limits

- Fines management, Road Fund License (Tax) management,

Motor Insurance Database updates,

- Garage network management, Spot Hire Logistics

- Reporting and Access to fleet management systems

software

This notice is seeking an expression of interest for providing above services to YWS.

Please note that all bidders who express their interest must upload completed Selection Questionnaire through SAP Ariba. In order to receive selection documents and start Ariba onboarding, please EMAIL at

mariia.sazonova@yorkshirewater.co.uk

two.1.5) Estimated total value

Value excluding VAT: £15,840,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Light commercial vehicles (LCV)

Lot No

1

two.2.2) Additional CPV code(s)

  • 34131000 - Pick-ups
  • 34136100 - Light vans
  • 50111000 - Fleet management, repair and maintenance services
  • 50112100 - Car repair services
  • 50112110 - Body-repair services for vehicles
  • 50112111 - Panel-beating services
  • 50112120 - Windscreen replacement services
  • 50112200 - Car maintenance services
  • 50118100 - Breakdown and recovery services for cars
  • 50118110 - Vehicle towing-away services
  • 50118200 - Breakdown and recovery services for commercial vehicles
  • 60171000 - Hire of passenger cars with driver

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

Services for Light commercial vehicles should include

- Hire

- Disposal

- Fleet management

- Accident management

two.2.4) Description of the procurement

YWS will be following a negotiated procedure governed by public procurement rules.

The procurement process will be as follows: selection questionnaire, contractual compliance, Invitation to tender (ITT) round 1 (desk-based), ITT round 2 (post clarifications), and finally contract award (this is a tentative outline and is subject to change).

The bidders will be shortlisted based on commercial, quality and sustainability criteria.

The aim is to sign the contract by the end of November 2022 (subject to change)

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £11,550,000

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 initial contract term will be for 36 months, YWS reserves the option to extend further for 24 months, based on satisfactory performance of the contract by the service providers.

Further details will be sent out in the procurement documents.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The option to extend the agreement period will be reviewed based on the potential commercial benefits.

two.2) Description

two.2.1) Title

Heavy Goods Vehicle (HGV)

Lot No

2

two.2.2) Additional CPV code(s)

  • 50111000 - Fleet management, repair and maintenance services
  • 50114000 - Repair and maintenance services of trucks
  • 50118100 - Breakdown and recovery services for cars
  • 50118110 - Vehicle towing-away services
  • 50118200 - Breakdown and recovery services for commercial vehicles

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

Services for Heavy Goods Vehicles should include

- Fleet management

- Disposal

- Accident management

two.2.4) Description of the procurement

YWS will be following a negotiated procedure governed by public procurement rules.

The procurement process will be as follows: selection questionnaire, contractual compliance, Invitation to tender (ITT) round 1 (desk-based), ITT round2 (post clarifications), and finally contract award (this is a tentative outline and is subject to change).

The bidders will be shortlisted based on commercial, quality and sustainability criteria.

The aim is to sign the contract by the end of November 2022 (subject to change)

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £3,300,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The initial contract term will be for 36 months, YWS reserves the option to extend further for 24 months and based on satisfactory performance of the contract by the service providers.

Further details will be sent out in the procurement documents.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The option to extend the agreement period will be reviewed based on the potential commercial benefits.

two.2) Description

two.2.1) Title

Plant Equipment

Lot No

3

two.2.2) Additional CPV code(s)

  • 16700000 - Tractors
  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 34520000 - Boats
  • 34910000 - Horse or hand-drawn carts, other non-mechanically-propelled vehicles, baggage carts and miscellaneous spare parts
  • 34952000 - Hydraulic-platforms hoists
  • 34990000 - Control, safety, signalling and light equipment
  • 50111000 - Fleet management, repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

Services for plant vehicles should include

- Fleet management

- Disposal

two.2.4) Description of the procurement

YWS will be following a negotiated procedure governed by public procurement rules.

The procurement process will be as follows: selection questionnaire, contractual compliance, Invitation to tender (ITT) round 1 (desk-based), ITT round 2 (post clarifications), and finally contract award (this is a tentative outline and is subject to change).

The bidders will be shortlisted based on commercial, quality and sustainability criteria.

The aim is to sign the contract by the end of November 2022 (subject to change)

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £990,000

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 initial contract term will be for 36 months, YWS reserves the option to extend further for 24 months, based on satisfactory performance of the contract by the service providers.

Further details will be sent out in the procurement documents.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The option to extend the agreement period will be reviewed based on the potential commercial benefits.

two.2) Description

two.2.1) Title

All (LCV, HGV, Plant)

Lot No

4

two.2.2) Additional CPV code(s)

  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

Combines services for all three types of vehicles

- LCV

- Hire

- Disposal

- Fleet management

- Accident management

- HGV

- Fleet management

- Disposal

- Accident management

- Plant

- Fleet management

- Disposal

two.2.4) Description of the procurement

YWS will be following a negotiated procedure governed by public procurement rules.

The procurement process will be as follows: selection questionnaire, contractual compliance, Invitation to tender (ITT) round 1 (desk-based), ITT round 2 (post clarifications), and finally contract award (this is a tentative outline and is subject to change).

The bidders will be shortlisted based on commercial, quality and sustainability criteria.

The aim is to sign the contract by end of November 2022 (subject to change)

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £15,840,000

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 initial contract term will be for 36 months, YWS reserves the option to extend further for 24 months, based on satisfactory performance of the contract by the service providers.

Further details will be sent out in the procurement documents.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The option to extend the agreement period will be reviewed based on the potential commercial benefits.


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

4 September 2022

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: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

six.4) Procedures for review

six.4.1) Review body

Yorkshire Water Services

Bradford

BD6 2SZ

Email

mariia.sazonova@yorkshirewater.co.uk

Country

United Kingdom