Section one: Contracting entity
one.1) Name and addresses
YORKSHIRE WATER SERVICES LIMITED
Western House,Western Way, Buttershaw
BRADFORD
BD6 2SZ
Contact
Cameron Todd
cameron.todd@yorkshirewater.co.uk
Country
United Kingdom
Region code
UKE - Yorkshire and the Humber
Companies House
2366682
Internet address(es)
Main address
https://www.yorkshirewater.com/
Buyer's address
https://www.yorkshirewater.com/
one.3) Communication
Additional information can be obtained from the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.yorkshirewater.com/
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
AMP8 Stormwater Alliance
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Yorkshire Water (YW) is seeking to procure a Stormwater Alliance to support the delivery of its AMP8 capital investment programme. The AMP8 regulatory period will run from April 2025 to March 2030. This will cover, but not be limited to, design, civil engineering works and process works (including mechanical, electrical, instrumentation and telemetry) as well as scope and programme change management, progress and performance reporting, quality management and commissioning. The Alliance Agreement will include the option of extension for AMP9 requirements at the discretion of YW.
Alliance partners are required primarily to provide expertise, guidance, support and resources in design, planning, management, and delivery of non-infrastructure assets. This will include new assets, renewals, modification, maintenance, and refurbishment. Alliance partners may also be required to provide expertise, guidance, support and resources in design, planning, management, and delivery of extensions to water networks, sewerage networks and sewer rehabilitation works, and pumping stations.
YW is compiling its strategy for PR24, working in collaboration with stakeholders and regulators to confirm the capital projects and programmes that will need to be undertaken, and the investment available. It is anticipated the main tranches of work will be Stormwater Programme outputs.
Project delivery may be required prior to the start of the regulatory period, Yorkshire Water anticipates instructing work to be carried out before the start of AMP8 to assist the transition from the current AMP7 programme into the next regulatory programme.
two.1.5) Estimated total value
Value excluding VAT: £1,300,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45231300 - Construction work for water and sewage pipelines
- 45232100 - Ancillary works for water pipelines
- 45232130 - Storm-water piping construction work
- 45232150 - Works related to water-distribution pipelines
- 45232151 - Water-main refurbishment construction work
- 45232152 - Pumping station construction work
- 45232400 - Sewer construction work
- 45232410 - Sewerage work
- 45232411 - Foul-water piping construction work
- 45232420 - Sewage work
- 45232421 - Sewage treatment works
- 45232422 - Sludge-treatment works
- 45232423 - Sewage pumping stations construction work
- 45232424 - Sewage outfall construction work
- 45232430 - Water-treatment work
- 45232431 - Wastewater pumping station
- 45232440 - Construction work for sewage pipes
- 45252100 - Sewage-treatment plant construction work
- 45252120 - Water-treatment plant construction work
- 45252126 - Drinking-water treatment plant construction work
- 45252127 - Wastewater treatment plant construction work
- 45252140 - Sludge-dewatering plant construction work
- 45259100 - Wastewater-plant repair and maintenance work
- 65100000 - Water distribution and related services
- 71310000 - Consultative engineering and construction services
- 71800000 - Consulting services for water-supply and waste consultancy
- 72224000 - Project management consultancy services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
YW anticipates that an Alliance will consist of a minimum of one solutions design consultant and three contractors. YW intends to create a pre-qualified bidder list from which bidders will be requested to create a pre-formed Alliance for Invitation to Tender (ITT) stage. Bidders can form as one single entity or alternatively a delivery consortium made up of contractor(s) and/or design consultants. In the event of a delivery consortium, YW will require contractors to accept joint and several liability to YW.
Alliance Partners will work with YW from early concept phase to identify and develop solutions for our programme, and then provide design and construction work to deliver the outputs required for our customers.
two.2.14) Additional information
Supplier Briefing
Interested parties are invited to attend a Supplier Briefing hosted by YW on Monday 5th June 2023. The venue for the Supplier Briefing is Yorkshire Water, Western Way, Buttershaw, Bradford, BD62SZ in our Confluence Hall.
Attendees are asked to arrive at 10.00 with an anticipated finish time of 12.00.
Please register your interest for the Supplier Briefing here:
https://www.eventbrite.com/e/yorkshire-water-amp8-procurement-supplier-event-tickets-629997227667
Please note that registration is limited to a maximum of two attendees per organisation. A separate supplier briefing will take place on the same day, with separate registration required for attendance.
two.3) Estimated date of publication of contract notice
26 June 2023
Section four. Procedure
four.1) Description
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.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.3) Additional information
Yorkshire Water anticipate our call for competition will be issued around 26/06/2023.
Our Selection Questionnaire (SQ) will be made available via the tender portal. https://service.ariba.com/