Tender

AMP8 Storm Overflow Alliance

  • YORKSHIRE WATER SERVICES LIMITED

F05: Contract notice – utilities

Notice identifier: 2023/S 000-019577

Procurement identifier (OCID): ocds-h6vhtk-03c6db

Published 10 July 2023, 9:46am



Section one: Contracting entity

one.1) Name and addresses

YORKSHIRE WATER SERVICES LIMITED

Western House,Western Way, Buttershaw

BRADFORD

BD62SZ

Contact

Cameron Todd

Email

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

Email

cameron.todd@yorkshirewater.co.uk

Country

United Kingdom