Section one: Contracting entity
one.1) Name and addresses
YORKSHIRE WATER SERVICES LIMITED
Western House,Western Way, Buttershaw
BRADFORD
BD62SZ
Contact
Chiara Soldati
chiara.soldati@yorkshirewater.co.uk
Telephone
+351 935557623
Country
United Kingdom
Region code
UKE41 - Bradford
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
https://www.yorkshirewater.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.yorkshirewater.com/
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
IT Cabling and Hardware
two.1.2) Main CPV code
- 51000000 - Installation services (except software)
two.1.3) Type of contract
Services
two.1.4) Short description
The objective of this Procurement Process is to provide a required range of network infrastructure goods and services to Yorkshire Water (YW). This includes activities such as installation, moves, refurbishment and on-site troubleshooting. The requirement is essentially about on-site activities that range from main offices, remote treatment works and telemetry outstations.
The duration of the proposed contract opportunity is 36 months, with the potential for an optional renewal of 24 months.
Suppliers can submit for as many bids as they wish.
For access to the Ariba event and full information, including the Selection Questionnaire that we would request each interested party to submit as an expression of their interest, please reach out to Chiara Soldati at chiara.soldati@yorkshirewater.co.uk by the specified deadline of this notice.
two.1.5) Estimated total value
Value excluding VAT: £2,057,930
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 30200000 - Computer equipment and supplies
- 45314300 - Installation of cable infrastructure
- 45314310 - Installation of cable laying
- 45314320 - Installation of computer cabling
- 48821000 - Network servers
- 48822000 - Computer servers
- 51100000 - Installation services of electrical and mechanical equipment
- 51300000 - Installation services of communications equipment
- 51600000 - Installation services of computers and office equipment
- 51900000 - Installation services of guidance and control systems
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
Infrastructure management: Moves, additions, changes and ad-hoc cabling requirements. Working with YWS in the planning and scheduling of office moves, additions and changes. These are planned with key stakeholders such as users, facilities and IT departments with most the work being carried out in the evening or at weekends
Provision of wireless, environmental and security solutions: Providing design, installation and support functionality, following the Technical Design Reference Manual and Engineering Specifications, across key technology areas such as wireless, environmental, computer room and security solutions as approved by and in agreement with YW.
Project Management & Ad-Hoc Services: Provide bespoke project management within and outside of the scope of the framework delivery. Ability to respond to service adjacent activities if required.
Server Provisioning: Manage the server point to point patching requirements for servers at the YWS data centres and computer rooms
Cable Management - Data centra and remote site cabinets, install and tidy.
Incident Escalation - Act as remote hands and eyes for troubleshooting purposes.
Examples of work:
Comms Room, construction and Fitout.
Audio-visual rooms: Installation of ceiling microphones, speakers, industrial TVs, and Crestron systems. Interface units are connected to Microsoft Teams to facilitate Teams calls, with room configuration optimized for the best equipment placement.
Structured Cabling Data Systems, both RJ45 based and 110 systems.
Low voltage electrical systems and issue NICEIC Certificates.
IP, ACD and analogue voice cabling systems.
Install and knowledge of SCADA Telemetry systems.
Single mode and multi-mode fibre optic cabling.
SYSTIMAX Copper cabling from Cat5E up to Cat6A.
SYSTIMAX Instapatch Modular fibre cabling.
SYSTIMAX iPatch (ImVision) intelligent patching.
Axis IP camera systems.
Design and Build IP based access control systems (Soratek - Milestone etc.)
Installation of wireless access points, bridges, point to point links and satellite.
Campus to campus Fibre backbone testing.
Supporting multi-vendor wireless rollouts.
Supporting multi-vendor switch Rollouts.
Supporting multi-vendor firewall Rollouts.
Data Centre cabling design & build.
YW Test facilities design and build.
UPS installation & Maintenance.
Air conditioning Installation.
Flooring installation and carpet installation when major works require the floor to be re-done/ re-carpeted or new from scratch such as new comms room builds.
AV systems installer and repair work.
Civils excavation for ductwork installation.
People facilities such as kitchens: design and fitting and electrical wiring.
Comprehensive test equipment to enable the above (Level IV tester, O.T.D.R equipment, Optical Power and Loss meters, fibre termination equipment for site splicing and/or polishing, and Fluke Network & Wi-Fi analysers).
24-hour electrical standby services, plus support and remedy of outages.
Minor electrical repairs.
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: £2,500,000
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
24 months.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the procurement documents.
Please reach out to Chiara Soldati at chiara.soldati@yorkshirewater.co.uk to express interest and you will be added to the Ariba event where you will be able to access all relevant tender documentation.
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
Open procedure
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
9 December 2024
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
10 December 2024
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Yorkshire Water Services Ltd
Bradford
BD6 2SZ
chiara.soldati@yorkshirewater.co.uk
Country
United Kingdom