Opportunity

AMP8 Non Infrastructure Framework

  • YORKSHIRE WATER SERVICES LIMITED

F05: Contract notice – utilities

Notice reference: 2023/S 000-019576

Published 10 July 2023, 9:42am



Section one: Contracting entity

one.1) Name and addresses

YORKSHIRE WATER SERVICES LIMITED

Western House,Western Way, Buttershaw

BRADFORD

BD62SZ

Contact

Rob Henaghan

Email

rob.henaghan@yorkshirewater.co.uk

Country

United Kingdom

NUTS code

UKE41 - Bradford

Companies House

2366682

Internet address(es)

Main address

https://www.yorkshirewater.com/

Buyer's address

https://www.yorkshirewater.com/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://forms.office.com/e/mb08w3PRid

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://forms.office.com/e/mb08w3PRid

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

AMP8 Non Infrastructure Framework

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 two Non-Infrastructure Framework Agreements to support the delivery of its AMP8 capital investment programme. Each Framework will include between 3 and 6 delivery partners:

Lot 1: Non-Infrastructure Complex Works £600m (AMP8)

Lot 2: Non-Infrastructure Minor Works £150m (AMP8)

The above values are estimates only and Yorkshire Water gives no guarantee as to the actual value of each Lot. The AMP8 regulatory period will run from April 2025 to March 2030. The services procured under these framework agreements include, but are not limited to, design, construction, civil engineering, and process works, (encompassing mechanical, electrical, instrumentation and telemetry). The framework will include an element of programme management, progress and performance reporting, quality management and commissioning. 

Individual projects and programmes of work on the Complex Framework will typically range from £1m to £35m with most in the middle of this range. (Programmes of similar work may be collated to form tranches)

There will be no upper threshold for the value of projects and programmes which may be awarded through the framework.

Individual projects and programmes of work on the Minor Works Framework will typically range from £100k to £1m with most in the middle of this range. (Programmes of similar work may be collated to form tranches).

two.1.5) Estimated total value

Value excluding VAT: £1,500,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

two.2) Description

two.2.1) Title

Yorkshire Water Non-Infrastructure Framework Complex Civils and MEICA Works

Lot No

1

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
  • 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
  • 45252210 - Water purification plant construction work
  • 65100000 - Water distribution and related services
  • 71310000 - Consultative engineering and construction services
  • 71320000 - Engineering design services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

Complex Works Non-Infrastructure Framework for Yorkshire Water to provide services across Yorkshire Water's geographical region including:

Works on both Water and Wastewater sites.

Individual projects and programmes of work on the Complex Lot will typically range from £1m to £35m with most in the middle of this range. (Programmes of similar work may be collated to form tranches).

There will be no upper threshold for the value of projects and programmes which may be awarded through the framework.

It is proposed to include 3 to 6 Design and Build Contractors on the Complex Works Framework.

The scope of the projects and tranches may include, but not be limited to, the following:

Pre-Construction survey and investigation

Design and Construction Management

Design and Build based on Client's Concept Design

Site Works (Construction, Civils, Process, Mechanical, Electrical, controls and instrumentation)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,200,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

The initial framework agreement will be awarded for a period of 5 years, with an extension option of up to 5 years at the discretion of Yorkshire Water.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 10

Objective criteria for choosing the limited number of candidates:

Criteria provided in the Pre-Qualification Questionnaire.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The Yorkshire Water AMP8 procurement process will utilise Ariba Sourcing for the publication of procurement documents. Applicants are required to register organisation details for subsequent access to the PQQ documents. Applicants should complete the registration process using the attached link - https://forms.office.com/e/mb08w3PRid

two.2) Description

two.2.1) Title

Yorkshire Water Non-Infrastructure Framework Minor Civils and MEICA Works

Lot No

2

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
  • 71320000 - Engineering design services
  • 71510000 - Site-investigation services
  • 71540000 - Construction management services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

Non-Infrastructure Minor Works Framework for Yorkshire Water to provide services across Yorkshire Water's geographical region. This framework is for less complicated works unsuitable for the Complex Works Framework and will include:

Works on both Water and Wastewater sites.

Individual projects and programmes of work on the Minor Works Framework will typically range from £250k to £1m with most in the middle of this range. (Programmes of similar work

may be collated to form tranches).

The scope of the projects and tranches of work may include but not be limited to the following:

Pre-Construction survey and investigation, Less complex design and build schemes based on Client's Concept design, (limited design capability required),

Construction only works dependent on value and complexity of the work package, (ability to self-deliver core disciplines),

Site Works, (Construction, Civils, Process, Mechanical, Electrical, controls and instrumentation).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £300,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

The framework agreement will be awarded with an initial term of 5 years, with the option extend for a period of up to 5 years at the discretion of Yorkshire Water.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 12

Objective criteria for choosing the limited number of candidates:

Criteria detailed in the Pre-Qualification Questionnaire.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The Yorkshire Water AMP8 procurement process will utilise Ariba Sourcing for the publication of procurement documents. Applicants are required to register organisation details for subsequent access to the PQQ documents. Applicants should complete the registration process using the attached link - https://forms.office.com/e/mb08w3PRid


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.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

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-013003

four.2.2) Time limit for receipt of tenders or requests to participate

Date

11 August 2023

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

16 October 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Yorkshire Water

Bradford

BD6 2SZ

Email

rob.henaghan@yorkshirewater.co.uk

Country

United Kingdom