Section one: Contracting entity
one.1) Name and addresses
YORKSHIRE WATER SERVICES LIMITED
Western House,Western Way, Buttershaw
BRADFORD
BD62SZ
Contact
Robert Yates
robert.yates@yorkshirewater.co.uk
Telephone
+44 7890394617
Country
United Kingdom
Region code
UKE41 - Bradford
Companies House
03778498
Internet address(es)
Main address
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
Facilities Management
Reference number
CM2489
two.1.2) Main CPV code
- 79993000 - Building and facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
This notice is seeking expressions of interest for the establishment of a Framework Agreement for Facilities Management related to: Buildings Maintenance, Compliance, Grounds Maintenance, Design & Build, Cleaning and Post and Courier services.
This framework agreement is envisaged to be the primary route for selecting suppliers for the delivery of the selected Facilities Management services for the duration of the agreement.
Any estimated quantities or values contained or referred to in this or other documentation are for guidance only and do not bind YWS to buy any specific quantities should the bidder be successful and enter into an Agreement.
Procurement Process:
To express an interest in participating in the tender, please contact Bob Yates (robert.yates@yorkshirewater.co.uk) through email by 17:00 (GMT) on 23rd September 2022.
Once a bidder expresses an interest, the Selection Questionnaire (SQ) Pack will be shared with them. This will include the SQ document that must be completed by all bidders and submitted on Ariba by 28th September 2022. All clarifications should also be submitted on Ariba.
YWS will periodically consolidate clarifications that would be relevant to everyone and share the response to these with all bidders anonymously.
Following an assessment of responses received for the SQ, successful suppliers will be invited to participate in the ITT. This is planned for October but is subject to change based on YWS discretion.
For the avoidance of doubt, suppliers DO NOT need to deliver services in all Lots to submit a response to this tender.
two.1.5) Estimated total value
Value excluding VAT: £74,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 5
two.2) Description
two.2.1) Title
Building Maintenance
Lot No
1
two.2.2) Additional CPV code(s)
- 79993000 - Building and facilities management services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
YWS seeks to appoint a Contractor to undertake buildings maintenance services in accordance with good practice so as to provide a high standard of maintenance throughout the property estate.
Services related to both planned preventative maintenance and reactive maintenance of YWS facilities in relation to mechanical and electrical assets, building fabric, roofing, roller shutter doors, fire alarm systems and domestic gas boilers. The property estate consists of corporate sites as well as operational sites, for which only maintenance of non-operational assets are within scope.
Suppliers delivering services under this Buildings Maintenance lot may also be required to deliver the following kind of services: minor projects, asbestos removal, legionella monitoring and portable appliance testing.
The Supplier shall be expected to utilise software in its delivery of the services and provide access to the software for the Client to access its asset data.
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: £35,000,000
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
This contract is valid for an initial period of 36 months, followed by an optional renewal in 24 month increments up to a total term of 84 months, at YWS discretion.
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
Grounds Maintenance
Lot No
2
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
YWS seeks to appoint a Contractor to undertake grounds maintenance services in accordance with good practice and its specifications so as to provide a high standard of maintenance throughout the property estate for the benefit of its staff and contractors along with providing an inviting, well managed environment for visitors.
Services related to the maintenance of YWS' property external areas including but not limited to grass cutting, weed control, hedge control, tree management, horticulture, adverse weather services and pest control. The property estate consists of operational sites, corporate sites, raw water sites and sustainable drainage system sites.
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: £24,500,000
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
This contract is valid for an initial period of 36 months, followed by an optional renewal in 24 month increments up to a total term of 84 months, at YWS discretion.
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
Design & Build
Lot No
3
two.2.2) Additional CPV code(s)
- 71240000 - Architectural, engineering and planning services
- 71250000 - Architectural, engineering and surveying services
- 71310000 - Consultative engineering and construction services
- 71320000 - Engineering design services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
YWS seeks to appoint a contractor to undertake civil & structural engineering construction and refurbishment works associated with selected above or belowground assets on YWS Land and Property portfolio of sites which includes, but is not limited to, rural estate, residential properties, countryside access and recreation estate, former operational sites (decommissioning / repurposing), other programme projects including Beyond Nature as one off projects and construction and refurbishment work outside of YWS operational boundary, inclusive of the entrance to a site and on-site access roads (not including public highways/roads).
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: £9,800,000
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
This contract is valid for an initial period of 36 months, followed by an optional renewal in 24 month increments up to a total term of 84 months, at YWS discretion.
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
Cleaning
Lot No
4
two.2.2) Additional CPV code(s)
- 90910000 - Cleaning services
- 90920000 - Facility related sanitation services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
YWS seeks to appoint a contractor to undertake office cleaning and washroom services in line with good industry practice and its specifications at its corporate sites.
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: £5,600,000
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
This contract is valid for an initial period of 36 months, followed by an optional renewal in 24 month increments up to a total term of 84 months, at YWS discretion.
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
Post & Couriers
Lot No
5
two.2.2) Additional CPV code(s)
- 64100000 - Post and courier services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
YWS seeks to appoint a single provider to be able to provide courier services from / to our corporate office sites on an ad-hoc basis as well as to undertake a daily post-run between two corporate sites
YWS has an expansive mixed property portfolio including corporate and operational sites and require a supplier to be able to provide courier services from / to these sites on an ad-hoc basis.
Requirements as below:
• Same day delivery service
• Nationwide delivery service as / when required
• Daily post-run service between two corporate sites in
Bradford, West Yorkshire
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: £700,000
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
This contract is valid for an initial period of 36 months, followed by an optional renewal in 24 month increments up to a total term of 84 months, at YWS discretion.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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
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