Contract notice – utilities
Legal Basis:
Directive 2014/25/EU
Section I: Contracting entity
I.2)Information about joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:Reference number: CM1154
II.1.2)Main CPV code65000000
II.1.3)Type of contractWorks
II.1.4)Short description:
Yorkshire Water Services manages the collection, treatment and distribution of approx. 1.2 billion litres of drinking water to over 5 million people everyday, at the same time collecting, treating and disposing safely in to the environment approx. 1 billion litres of waste water.
II.1.5)Estimated total valueValue excluding VAT: 300 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)31000000
31100000
31200000
31300000
31500000
31600000
31700000
42400000
42900000
45000000
45100000
45200000
45300000
45400000
45500000
65100000
II.2.3)Place of performanceNUTS code: UKE
Main site or place of performance:
II.2.4)Description of the procurement:
Scope
This framework aims to cover:
— Minor Mechanical Electrical Instrumentation, Control and Automation (MEICA) works associated with above or below ground assets typically within a Yorkshire Water (YW) operational treatment site, collection or distribution assets including process treatment and water retaining structures, as one off projects,
— Minor project work would generally (but not exclusively) be considered as the renewal, refurbishment and similar like for like replacement activities,
— Typical project values will range from circa 50 000 GBP to 500 000 GBP.
The scope of services (examples but not be limited to):
— Site investigation including surveys,
— Minor mechanical plant and equipment associated with water and wastewater treatment assets,
— Minor electrical plant and equipment associated with water and wastewater treatment assets,
— ICA plant and equipment associated with water and wastewater treatment assets,
— Related civil works.
The scope of services may include:
1) Full compliance with the duties of Designer or Principal Designer, as defined by the CDM Regulations where appropriate.
2) Building Information Management to PAS1192 and YW specific requirements.
3) Compliance with Street works regulations and standards where applicable and if applicable, traffic management.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 300 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 60
This contract is subject to renewal: yes
Description of renewals:
Initial term of 60 months.
YWS reserves the right to extend the agreement for a further 36 months dependent on satisfactory contract performance of the service provider.
Further details will be sent out in the procurement documents.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 8
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.4)Objective rules and criteria for participation
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureNegotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 8
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 05/10/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 08/10/2019
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
The Contracting Authority reserves the right to cancel the procurement and not to proceed with the award of any contract at any stage of the procurement process and/or to award only part or parts of any contract. Save for any mandatory periods the timescales indicated in this notice are indicative and the Contracting Authority reserves the right to amend the same.
VI.4)Procedures for review
VI.4.1)Review bodyYorkshire Water Services
PO Box 500
Bradford
BD6 2SZ
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:07/09/2018