Section one: Contracting entity
one.1) Name and addresses
YORKSHIRE WATER SERVICES LIMITED
Western House,Western Way, Buttershaw
BRADFORD
BD62SZ
Contact
Cameron Todd
cameron.todd@yorkshirewater.co.uk
Country
United Kingdom
Region 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 Storm Overflow 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 Storm Overflow 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 assets associated with combined sewer overflows. 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 Storm Overflow 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.
Based on the Estimated Total Value, our anticipated Alliance spend is £500m for AMP8, with a projected £800m for AMP9.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
Yorkshire Water anticipates the award of a 10-year Alliance contract, with the option of a break period after 5 years to coincide with the end of AMP8.
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.1.8) 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 000-013002
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 August 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
27 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
cameron.todd@yorkshirewater.co.uk
Country
United Kingdom