Opportunity

General Waste Management & Recycling

  • YORKSHIRE WATER SERVICES LIMITED

F05: Contract notice – utilities

Notice reference: 2022/S 000-023397

Published 23 August 2022, 9:24am



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

General Waste Management & Recycling

Reference number

CM2490

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

Yorkshire Water (YW) are seeking waste management and removal services.

The services include the provision of waste removal, waste management and recycling services for screenings, grit, silt and general waste.

Included in the scope is the management of landfill water tax incentives and EA compliance.

YW has ~500 sites across Yorkshire and a total of ~12k tonnes utilising 1600 skips.

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

Please note that all bidders who express their interest must upload the 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: £11,825,000

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:

Bidders must bid for all three lots.

two.2) Description

two.2.1) Title

North Yorkshire

Lot No

1

two.2.2) Additional CPV code(s)

  • 90511000 - Refuse collection services
  • 90512000 - Refuse transport services
  • 90514000 - Refuse recycling services

two.2.3) Place of performance

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

All sites with postcodes in Yorkshire excluding all postcodes starting with S and DN

Further information on the postcodes will be shared within the tender documents.

two.2.4) Description of the procurement

The services include the provision of waste removal, management and recycling services across North Yorkshire sites.

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: £3,025,000

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 60 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.2.14) Additional information

Bidders must bid for all three lots.

i.e. you cannot just submit for North Yorkshire (lot 1).

two.2) Description

two.2.1) Title

South Yorkshire

Lot No

2

two.2.2) Additional CPV code(s)

  • 90511000 - Refuse collection services
  • 90512000 - Refuse transport services
  • 90514000 - Refuse recycling services

two.2.3) Place of performance

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

All sites with postcodes starting with S and DN.

Further details on postcodes will be provided in the tender documents.

two.2.4) Description of the procurement

The services include the provision of waste removal, management and recycling services across South Yorkshire sites.

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: £8,800,000

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 60 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.2.14) Additional information

Bidders must bid for all three lots.

i.e. you cannot just submit for South Yorkshire (lot 2).

two.2) Description

two.2.1) Title

North & South Yorkshire

Lot No

3

two.2.2) Additional CPV code(s)

  • 90511000 - Refuse collection services
  • 90512000 - Refuse transport services
  • 90514000 - Refuse recycling services

two.2.3) Place of performance

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

All sites across all Yorkshire.

Further information on postcodes will be provided in the tender documents.

two.2.4) Description of the procurement

The services include the provision of waste removal, management and recycling services across All Yorkshire sites.

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: £11,825,000

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 60 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.2.14) Additional information

Bidders must bid for all three lots.

i.e. you cannot just submit for North & South Yorkshire (lot 3)

You must as well provide information for North and South Yorkshire separately (lot 1 and 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

23 September 2022

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