Tender

Data Units and CCTV

  • YORKSHIRE WATER SERVICES LIMITED

F05: Contract notice – utilities

Notice identifier: 2024/S 000-041513

Procurement identifier (OCID): ocds-h6vhtk-04cce2

Published 24 December 2024, 10:58am



Section one: Contracting entity

one.1) Name and addresses

YORKSHIRE WATER SERVICES LIMITED

Western House,Western Way, Buttershaw

BRADFORD

BD62SZ

Contact

Nathan Nicholas

Email

nathan.nicholas@yorkshirewater.co.uk

Telephone

+44 7901866170

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

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://service.ariba.com

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Data Units and CCTV

Reference number

CM2963

two.1.2) Main CPV code

  • 50111110 - Vehicle-fleet-support services

two.1.3) Type of contract

Services

two.1.4) Short description

This notice is seeking expressions of interest for the establishment of an Agreement for fleet telematics services for approximately 1500 vehicles (LCVs and LGVs).

This agreement is envisaged to be the primary route for selecting suppliers for the delivery of the selected services including supply and installation of the data units, training, reporting set up and ongoing management 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.

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32441100 - Telemetry surveillance system
  • 32441300 - Telematics system
  • 50111100 - Vehicle-fleet management services
  • 64226000 - Telematics services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

Procurement Process:

To express an interest in participating in the tender, please contact Nathan Nicholas (nathan.nicholas@yorkshirewater.co.uk) through email by 17:00 (GMT) on 13th January 2025.

Once a bidder expresses an interest, the Invitation to Qualify (ITQ) document pack will be shared with them on the 14th January 2025. This will include the ITQ document that must be completed by all bidders and submitted on Ariba with further instructions and timelines shared at that point.

All clarifications should also be submitted on Ariba only once the ITQ event goes live.

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 ITQ, successful suppliers will be invited to participate in the ITT. This is planned for late January/early February but is subject to change based on YWS discretion.

Successful suppliers will work alongside Yorkshire Water Services (YWS) to provide services in the areas of fleet data units and CCTV.

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: £1,500,000

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

The framework is valid for an initial period of 36 months, followed by 2 optional renewals of 12-month increments for up to a total term of 60 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

13 January 2025

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

14 January 2025

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 Service Limited

Bradford

BD6 2SZ

Country

United Kingdom