Yorkshire Water Environmental and Ecology Framework
5 Lots. Environmental Consulting for Aquatic/Terrestrial Ecological Surveys and Aquatic Environmental Assessments – Lot No: 1.
United Kingdom-Bradford: Environmental engineering consultancy services
2018/S 209-478789
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
PO Box 500
Bradford
BD6 2SZ
United Kingdom
Contact person: George Georghiou
Telephone: +44 7814769491
E-mail: george.georghiou@yorkshirewater.co.uk
NUTS code: UKE
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Environmental and Ecology Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
For Yorkshire Water to comply with our regulatory duties under the Water Industry National Environment Programme (WINEP) and Water Industry Act (1991) a number of services are required to deliver on these duties.
These include:
— Aquatic Ecological Surveys,
— Terrestrial Ecological Surveys,
— Aquatic Environmental Assessments,
— River Restoration design and build.
The above requirements are split across multiple lots.
II.1.5)Estimated total value
II.1.6)Information about lots
Lot 1 scope covers the scope of Lot 2, Lot 3 and Lot 4 put together plus additional coordination activities that cover the requirements across all areas of lot 2,3 and 4. An entity that wins Lot 1 has automatic access to work delivered by Lot 2, 3 and 4, therefore they will only be awarded Lot 1.
Lot 5 is an independent Lot.
II.2.1)Title:
Environmental Consulting for Aquatic/Terrestrial Ecological Surveys and Aquatic Environmental Assessments
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Lot aims to cover the following:
Aquatic and Terrestrial Ecological Surveys:
— Survey data provision,
— Recommendations based on surveys,
— Will inform future investment and help us meet our regulatory duties,
— Survey type examples: Fish, Macroinvertebrate, macrophytes, invasive species, invasive specis, otter, water vole, great crested newt, badger,
— Fish tagging investigations,
— Pollution incident response and reporting.
Aquatic Environmental Assessment:
— Provision of Drought Plan and Water Resources Management Plan according to Water Industry Act (1991),
— Will meet our regulatory duties,
— Primarily desk based. Relies on secondary data collected via Lot 1 +/ 2,
— Regular client liaison meetings,
— Analysis of environmental data, modelling,
— Stakeholder engagement (EA, NE) on behalf of client,
— Report production,
— Public consultation,
— EARs,
— SEAs,
— Screening,
— EMP,
— HRA + WFD assessment.
Awarded entity will need to be able to coordinate work that is spread across Aquatic Surveys, Terrestrial Surveys and Aquatic Assessments (eg. organising survey permissions, providing summary reports, programmes, financial reporting across all activities)
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Environmental Consulting for Aquatic Ecological Surveys
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Lot aims to cover the following:
Aquatic Ecological Surveys:
— Survey data provision,
— Recommendations based on surveys,
— Will inform future investment and help us meet our regulatory duties,
— Survey type examples: Fish, Macroinvertebrate, macrophytes, invasive species, invasive species, otter, water vole, great crested newt,
— Fish tagging investigations,
— Pollution incident response and reporting.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Environmental Consulting for Terrestrial Ecological Surveys
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Lot aims to cover the following:
Strategic biodiversity assessment:
— Production of corporate biodiversity strategy,
— Production of biodiversity metrics and survey standards.
Terrestrial Ecological Surveys:
— Survey data provision,
— Recommendations based on surveys and production of Habitat Management Plans,
— Will inform future investment and help us meet our regulatory duties,
— Survey type examples: invasive species, otter, water vole, great crested newt, birds, bat, badger, etc.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Environmental Consulting for Aquatic Environmental Assessments
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Lot aims to cover the following:
Aquatic Environmental Assessment:
— Provision of Drought Plan and Water Resources Management Plan according to Water Industry Act (1991),
— Will meet our regulatory duties,
— Primarily desk based. Relies on secondary data collected via Lot 1 +/ 2,
— Regular client liaison meetings,
— Analysis of environmental data, modelling,
— Stakeholder engagement (EA, NE) on behalf of client,
— Report production,
— Public consultation,
— EARs,
— SEAs,
— Screening,
— EMP,
— HRA + WFD assessment.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
River Restoration Design and Build Framework
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Lot aims to cover the following:
River Restoration design and build:
— Provision of river restoration design and build services,
— Will help us meet our WINEP duties.
Health and Safety CDM regulation must be adhered to when executing these works; it has been required that the supplier will need to undertake the role of the Principle Designer and Principle Contractor for the scope described above.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
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 9.11.2018. 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.4.1)Review body
Bradford
BD6 2SZ
United Kingdom
VI.5)Date of dispatch of this notice: