loading
  • GB-BD6 2SZ Bradford
  • 12.11.2018
  • Ausschreibung
  • (ID 2-317969)

Specialist Monitoring for Urban Drainage, River Flow and Water Quality Framework


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 12.11.2018, 23:59 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Kontrolle, Monitoring / Umweltverträglichkeitsstudie / Technische Ausrüstung
    Sprache Englisch
    Aufgabe
    Yorkshire Water is looking to execute specialist monitoring work on (but not limited to) Yorkshire’s urban drainage and river networks for the purpose of the following outcomes:
    — risk based drainage area planning;
    — water quality assessments;
    — drainage and wastewater management plan;
    — Options Modelling;
    — operational scenario planning;
    — water framework directive flow investigations.
    Leistungsumfang
    Fulfilment of several data collection efforts to support the model builds for solutions including but not limited to the following studies:
    — DAP/UPM/DWMP: sewer depth and velocity monitoring (flow monitoring), depth loggers, pump run time meters, rain gauges, the associated planning and management of the flow surveys, working in close collaboration with the modelling consultants. There will be a requirement to serve private land/NRSWA notices where applicable to install the equipment.
    — UPM and WFD: river flow monitoring; river level gauging; sondes with probes for ammonia, DO, SS, temperature and pH auto-samplers for BOD, ammonia, temperature and pH; Necessary equipment for the measuring of sediment oxygen demand; Rain gauges.
    The model outputs will all be required to comply with the specifications defined in the contract as well as adhere to the market standards as defined by:
    — UDG code of practice for the hydraulic modelling of urban drainage systems, UDG competency framework, UDG rainfall guide, WaPUG user notes, WaPUG integrated urban drainage modelling guide and WaPUG guide to quality modelling of sewer systems,
    — WRC A guide to short term flow surveys of sewer systems,
    — UPM Manual, Version 3.1;
    — YW’s Integrated Catchment Modelling (ICM) approach;
    — Relevant environment agency guidance.
    Therefore the data collected for these models must also be compliant.
    Health and Safety CDM regulation must also be adhered to when executing these works; it has been required that the contractor will undertake the role of the designer and principle contractor for the urban drainage, river flow and water quality monitoring work.
    Adresse des Bauherren UK-BD6 2SZ Bradford
    TED Dokumenten-Nr. 455561-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Bradford: Flow-monitoring services

      2018/S 200-455561

      Contract notice – utilities

      Services

      Legal Basis:

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      Yorkshire Water
      PO Box 500
      Bradford
      BD6 2SZ
      United Kingdom
      Contact person: George Georghiou
      Telephone: +44 7814769491
      E-mail: MjE4VVNdYFVTHFVTXWBVVlddYy5nXWBZYVZXYFNlT2JTYBxRXRxjWQ==
      NUTS code: UKE

      Internet address(es):

      Main address: www.yorkshirewater.com

      I.2)Information about joint procurement
      I.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 abovementioned address
      Tenders or requests to participate must be submitted to the abovementioned address
      I.6)Main activity
      Water

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

      Specialist Monitoring for Urban Drainage, River Flow and Water Quality Framework

      II.1.2)Main CPV code
      71631440
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      Yorkshire Water is looking to execute specialist monitoring work on (but not limited to) Yorkshire’s urban drainage and river networks for the purpose of the following outcomes:

      — risk based drainage area planning;

      — water quality assessments;

      — drainage and wastewater management plan;

      — Options Modelling;

      — operational scenario planning;

      — water framework directive flow investigations.

      II.1.5)Estimated total value
      Value excluding VAT: 37 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      71631440
      90733100
      90711500
      44163112
      II.2.3)Place of performance
      NUTS code: UKE
      Main site or place of performance:

      Across the full Yorkshire Water area coverage

      II.2.4)Description of the procurement:

      Fulfilment of several data collection efforts to support the model builds for solutions including but not limited to the following studies:

      — DAP/UPM/DWMP: sewer depth and velocity monitoring (flow monitoring), depth loggers, pump run time meters, rain gauges, the associated planning and management of the flow surveys, working in close collaboration with the modelling consultants. There will be a requirement to serve private land/NRSWA notices where applicable to install the equipment.

      — UPM and WFD: river flow monitoring; river level gauging; sondes with probes for ammonia, DO, SS, temperature and pH auto-samplers for BOD, ammonia, temperature and pH; Necessary equipment for the measuring of sediment oxygen demand; Rain gauges.

      The model outputs will all be required to comply with the specifications defined in the contract as well as adhere to the market standards as defined by:

      — UDG code of practice for the hydraulic modelling of urban drainage systems, UDG competency framework, UDG rainfall guide, WaPUG user notes, WaPUG integrated urban drainage modelling guide and WaPUG guide to quality modelling of sewer systems,

      — WRC A guide to short term flow surveys of sewer systems,

      — UPM Manual, Version 3.1;

      — YW’s Integrated Catchment Modelling (ICM) approach;

      — Relevant environment agency guidance.

      Therefore the data collected for these models must also be compliant.

      Health and Safety CDM regulation must also be adhered to when executing these works; it has been required that the contractor will undertake the role of the designer and principle contractor for the urban drainage, river flow and water quality monitoring work.

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 37 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      This contract is subject to renewal: yes
      Description of renewals:

      The initial contract term will be for 60 months, YW reserves the option to extend for a further 36 months on 12 month intervals based on satisfactory performance of the contract by the service provider. Further details will be sent out in the procurement documents.

      The estimated value figure is based on the full contract term including renewal. (i.e. 60 +12 +12 +12 months option = 96 month term).

      II.2.9)Information about the limits on the number of candidates to be invited
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The 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 standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection 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.2.1)Information about a particular profession
      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 procedure
      Negotiated procedure with prior call for competition
      IV.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
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      Recourse 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 participate
      Date: 12/11/2018
      Local time: 23:59
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      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 recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

      Once a request to participate is send out to the provided email address, suppliers will be invited to register to SAP Ariba within the Yorkshire Water realm, where the procurement process will run through.

      A RFI (Request for Information) will be released during the period this tender will be open for requests to participate. This is for the purposes of pre-qualification and it's estimated to be dispatched on the 29.10.2018. Full process timeline details will be provided with the RFI.

      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 body
      Yorkshire Water Services Ltd
      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:
      12/10/2018
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 17.10.2018
Zuletzt aktualisiert 17.10.2018
Wettbewerbs-ID 2-317969 Status Kostenpflichtig
Seitenaufrufe 32