United Kingdom-Bradford: Flow-monitoring services
2018/S 200-455561
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
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
Section II: Object
Specialist Monitoring for Urban Drainage, River Flow and Water Quality Framework
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.
Across the full Yorkshire Water area coverage
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.
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).
Section III: Legal, economic, financial and technical information
Section IV: Procedure
Section VI: Complementary 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.
Bradford
BD6 2SZ
United Kingdom