Notice Information
Notice Title
CM2440 - Low value, low risk and low complexity, civils works.
Notice Description
Yorkshire Water Services (YWS) is intending to put in place a Framework for the delivery of low cost, low risk and low complexity, civils works. The works are to be carried out across the entire YWS estate, which may include Clean & Waste Water Treatment sites and surrounding catchment land, network areas and car parks. All designs for any works within the Framework will be provided by YWS and there is no requirement for a CDM Principal Designer at any stage. The framework is divided into 2 Lots. For all works within Lot 1: These will be split into regions, based on concentration of works and YWS owned land. Regions are defined as: 1. North Yorkshire 2. East Riding of Yorkshire 3. West Yorkshire 4. South Yorkshire YWS are seeking suppliers who can cover a range of trades. The scope of works proposed to be delivered under the Framework will be small scale and responsive works, which may include, but are not limited to: A. General Works: Preparatory / preliminary works and site establishment facilities. B. Siteworks: Earthworks including simple excavations, trial pits, ground level reinstatement / regrading and removal of spoil. Minor demolition, dismantling and removal of existing small structures (Below the threshold where work would require a Building Act 1984: Section 80 Demolition Notice). Site access road repairs and minor modifications including pavements, hardstanding areas, kerbs, drainage features, steps, road markings and signs (excluding public highways). Fences (timber, rail, post and wire), gates and masonry / drystone walls. C. Concrete Works: Concrete plinths / bases for kiosks, motor control centres, chemical dosing skids, pumps and other plant items. Mass (unreinforced) concrete structures. Simple below ground structures such as manholes, valve chambers, cable draw pits and pipe thrust blocks. Concrete / masonry cutting and coring. D. Pipework: Gravity process pipework repairs and minor modifications to existing pipework. Drainage pipework including new pipework and repairs/modifications to existing pipework. Below ground cable ducts. E. Building Works: Brickwork and blockwork construction. Building works including brickwork and blockwork repairs and modifications. Roofing repairs, door frame installation, waterproofing, painting and decorating. Timber and joinery work. Non-structural concrete surface repairs and coatings, metal corrosion repairs and application of corrosion protection products. For works within Lot 2: This will include all of the roles and responsibilities within Lot 1, with an expectation that contractors are able to cover the entire Yorkshire Region. Works within Lot 2 will also have a requirement for appointing a CDM Principal Contractor and the ability to subcontract work. The final award of lots is at YWS discretion, based on the offer that represents the Most Economically Advantageous Tender To express an interest and be invited to qualify for the process, please contact David Archer at david.archer@yorkshirewater.co.uk. Following the closing of the Contract Notice, all suppliers that have expressed an interest to qualify will be sent the Qualification Documents
Lot Information
Simple civils work comprising low complexity; low risk activities without CDM Principal Contractor appointment
The Works Contract Scope may include but is not limited to: o Provision of task supervision, labour, plant and materials. o Preparatory works and site establishment facilities. o Earthworks including simple excavations, trial pits, ground level reinstatement/ regrading and removal of spoil. o Demolition, dismantling and removal of existing small structures (Below the threshold where work would require a Building Act 1984: Section 80 Demolition Notice). o Concrete plinths/bases for kiosks, MCC's, chemical dosing skids, pumps and other plant items. (Reinforcement only required for anti-cracking purposes). o Mass (unreinforced) concrete structures. o Simple below ground structures such as manholes, valve chambers, cable draw pits and pipe thrust blocks. o Gravity process pipework repairs and minor modifications to existing pipework. o Drainage pipework including new pipework and repairs/modifications to existing pipework. o Below ground cable ducts. o Brickwork/blockwork construction. o Building works including brickwork and blockwork repairs/modifications, roofing repairs, lintol/door frame installation, waterproofing, painting and decoration, etc. o Timber and joinery work. o Concrete/masonry cutting and coring. o Non-structural concrete surface repairs and coatings, metal corrosion repairs and application of corrosion protection products. o Site access road repairs and minor modifications including pavements, hardstanding areas, kerbs, drainage features, steps, road markings, signs, etc., excluding public highways. o Fences (timber rail, post and wire, etc), gates and masonry/drystone walls. Security fencing for the Employers Assets shall be supplied by the Employer's other framework providers. o Installation of fabricated elements such as manhole covers and prefabricated items provided by others including baseplate grouting. Circa 650 jobs a year, with an average value of less than PS5k Expected award of 15-20 suppliers
Simple civils work comprising low complexity; low risk activities with CDM Principal Contractor appointment.The Works Contract Scope may include but is not limited to: o All other works as per Lot 1. o Provision of subcontractor services and supervision. o Provision of Principal Contractor services including preparation of Construction Phase Plan and appropriate site supervision. o Principal Contractor management and supervision of any subcontracted services. Circa 65 jobs a year Expected award of 3-4 suppliers
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03b4df
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/008231-2023
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
45111100 - Demolition work
45111200 - Site preparation and clearance work
45111210 - Blasting and associated rock-removal work
45111211 - Blasting work
45111212 - Rock-removal work
45111213 - Site-clearance work
45111230 - Ground-stabilisation work
45111240 - Ground-drainage work
45112100 - Trench-digging work
45112200 - Soil-stripping work
45112210 - Topsoil-stripping work
45112400 - Excavating work
45112500 - Earthmoving work
45211350 - Multi-functional buildings construction work
45231100 - General construction work for pipelines
45231110 - Pipelaying construction work
45231113 - Pipeline relaying works
45233120 - Road construction works
45233123 - Secondary road construction work
45233140 - Roadworks
45233141 - Road-maintenance works
45233142 - Road-repair works
45233200 - Various surface works
45233251 - Resurfacing works
45261420 - Waterproofing work
45261900 - Roof repair and maintenance work
45261910 - Roof repair
45261920 - Roof maintenance work
45262200 - Foundation work and water-well drilling
45262210 - Foundation work
45262300 - Concrete work
45262330 - Concrete repair work
45262350 - Unreinforced-concrete work
45262360 - Cementing work
45262370 - Concrete-coating work
45341000 - Erection of railings
45342000 - Erection of fencing
45520000 - Hire of earthmoving equipment with operator
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- £7,250,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 21 Mar 20232 years ago
- Submission Deadline
- 21 Apr 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- YORKSHIRE WATER SERVICES LIMITED
- Contact Name
- David Archer
- Contact Email
- david.archer@yorkshirewater.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BRADFORD
- Postcode
- BD6 2SZ
- Post Town
- Bradford
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE4 West Yorkshire
- Small Region (ITL 3)
- TLE41 Bradford
- Delivery Location
- TLE Yorkshire and The Humber
-
- Local Authority
- Bradford
- Electoral Ward
- Royds
- Westminster Constituency
- Bradford South
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03b4df-2023-03-21T17:37:10Z",
"date": "2023-03-21T17:37:10Z",
"ocid": "ocds-h6vhtk-03b4df",
"initiationType": "tender",
"tender": {
"id": "CM2440",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "CM2440 - Low value, low risk and low complexity, civils works.",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"description": "Yorkshire Water Services (YWS) is intending to put in place a Framework for the delivery of low cost, low risk and low complexity, civils works. The works are to be carried out across the entire YWS estate, which may include Clean & Waste Water Treatment sites and surrounding catchment land, network areas and car parks. All designs for any works within the Framework will be provided by YWS and there is no requirement for a CDM Principal Designer at any stage. The framework is divided into 2 Lots. For all works within Lot 1: These will be split into regions, based on concentration of works and YWS owned land. Regions are defined as: 1. North Yorkshire 2. East Riding of Yorkshire 3. West Yorkshire 4. South Yorkshire YWS are seeking suppliers who can cover a range of trades. The scope of works proposed to be delivered under the Framework will be small scale and responsive works, which may include, but are not limited to: A. General Works: Preparatory / preliminary works and site establishment facilities. B. Siteworks: Earthworks including simple excavations, trial pits, ground level reinstatement / regrading and removal of spoil. Minor demolition, dismantling and removal of existing small structures (Below the threshold where work would require a Building Act 1984: Section 80 Demolition Notice). Site access road repairs and minor modifications including pavements, hardstanding areas, kerbs, drainage features, steps, road markings and signs (excluding public highways). Fences (timber, rail, post and wire), gates and masonry / drystone walls. C. Concrete Works: Concrete plinths / bases for kiosks, motor control centres, chemical dosing skids, pumps and other plant items. Mass (unreinforced) concrete structures. Simple below ground structures such as manholes, valve chambers, cable draw pits and pipe thrust blocks. Concrete / masonry cutting and coring. D. Pipework: Gravity process pipework repairs and minor modifications to existing pipework. Drainage pipework including new pipework and repairs/modifications to existing pipework. Below ground cable ducts. E. Building Works: Brickwork and blockwork construction. Building works including brickwork and blockwork repairs and modifications. Roofing repairs, door frame installation, waterproofing, painting and decorating. Timber and joinery work. Non-structural concrete surface repairs and coatings, metal corrosion repairs and application of corrosion protection products. For works within Lot 2: This will include all of the roles and responsibilities within Lot 1, with an expectation that contractors are able to cover the entire Yorkshire Region. Works within Lot 2 will also have a requirement for appointing a CDM Principal Contractor and the ability to subcontract work. The final award of lots is at YWS discretion, based on the offer that represents the Most Economically Advantageous Tender To express an interest and be invited to qualify for the process, please contact David Archer at david.archer@yorkshirewater.co.uk. Following the closing of the Contract Notice, all suppliers that have expressed an interest to qualify will be sent the Qualification Documents",
"lots": [
{
"id": "1",
"title": "Simple civils work comprising low complexity; low risk activities without CDM Principal Contractor appointment",
"description": "The Works Contract Scope may include but is not limited to: o Provision of task supervision, labour, plant and materials. o Preparatory works and site establishment facilities. o Earthworks including simple excavations, trial pits, ground level reinstatement/ regrading and removal of spoil. o Demolition, dismantling and removal of existing small structures (Below the threshold where work would require a Building Act 1984: Section 80 Demolition Notice). o Concrete plinths/bases for kiosks, MCC's, chemical dosing skids, pumps and other plant items. (Reinforcement only required for anti-cracking purposes). o Mass (unreinforced) concrete structures. o Simple below ground structures such as manholes, valve chambers, cable draw pits and pipe thrust blocks. o Gravity process pipework repairs and minor modifications to existing pipework. o Drainage pipework including new pipework and repairs/modifications to existing pipework. o Below ground cable ducts. o Brickwork/blockwork construction. o Building works including brickwork and blockwork repairs/modifications, roofing repairs, lintol/door frame installation, waterproofing, painting and decoration, etc. o Timber and joinery work. o Concrete/masonry cutting and coring. o Non-structural concrete surface repairs and coatings, metal corrosion repairs and application of corrosion protection products. o Site access road repairs and minor modifications including pavements, hardstanding areas, kerbs, drainage features, steps, road markings, signs, etc., excluding public highways. o Fences (timber rail, post and wire, etc), gates and masonry/drystone walls. Security fencing for the Employers Assets shall be supplied by the Employer's other framework providers. o Installation of fabricated elements such as manhole covers and prefabricated items provided by others including baseplate grouting. Circa 650 jobs a year, with an average value of less than PS5k Expected award of 15-20 suppliers",
"value": {
"amount": 6500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "2",
"title": "Simple civils work comprising low complexity; low risk activities with CDM Principal Contractor appointment.",
"description": "The Works Contract Scope may include but is not limited to: o All other works as per Lot 1. o Provision of subcontractor services and supervision. o Provision of Principal Contractor services including preparation of Construction Phase Plan and appropriate site supervision. o Principal Contractor management and supervision of any subcontracted services. Circa 65 jobs a year Expected award of 3-4 suppliers",
"value": {
"amount": 750000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45111100",
"description": "Demolition work"
},
{
"scheme": "CPV",
"id": "45111200",
"description": "Site preparation and clearance work"
},
{
"scheme": "CPV",
"id": "45111210",
"description": "Blasting and associated rock-removal work"
},
{
"scheme": "CPV",
"id": "45111212",
"description": "Rock-removal work"
},
{
"scheme": "CPV",
"id": "45111213",
"description": "Site-clearance work"
},
{
"scheme": "CPV",
"id": "45111230",
"description": "Ground-stabilisation work"
},
{
"scheme": "CPV",
"id": "45111240",
"description": "Ground-drainage work"
},
{
"scheme": "CPV",
"id": "45112100",
"description": "Trench-digging work"
},
{
"scheme": "CPV",
"id": "45112200",
"description": "Soil-stripping work"
},
{
"scheme": "CPV",
"id": "45112210",
"description": "Topsoil-stripping work"
},
{
"scheme": "CPV",
"id": "45112400",
"description": "Excavating work"
},
{
"scheme": "CPV",
"id": "45112500",
"description": "Earthmoving work"
},
{
"scheme": "CPV",
"id": "45211350",
"description": "Multi-functional buildings construction work"
},
{
"scheme": "CPV",
"id": "45231100",
"description": "General construction work for pipelines"
},
{
"scheme": "CPV",
"id": "45231110",
"description": "Pipelaying construction work"
},
{
"scheme": "CPV",
"id": "45233120",
"description": "Road construction works"
},
{
"scheme": "CPV",
"id": "45233123",
"description": "Secondary road construction work"
},
{
"scheme": "CPV",
"id": "45233140",
"description": "Roadworks"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "45233200",
"description": "Various surface works"
},
{
"scheme": "CPV",
"id": "45233251",
"description": "Resurfacing works"
},
{
"scheme": "CPV",
"id": "45261420",
"description": "Waterproofing work"
},
{
"scheme": "CPV",
"id": "45261900",
"description": "Roof repair and maintenance work"
},
{
"scheme": "CPV",
"id": "45261910",
"description": "Roof repair"
},
{
"scheme": "CPV",
"id": "45261920",
"description": "Roof maintenance work"
},
{
"scheme": "CPV",
"id": "45262200",
"description": "Foundation work and water-well drilling"
},
{
"scheme": "CPV",
"id": "45262210",
"description": "Foundation work"
},
{
"scheme": "CPV",
"id": "45262300",
"description": "Concrete work"
},
{
"scheme": "CPV",
"id": "45262330",
"description": "Concrete repair work"
},
{
"scheme": "CPV",
"id": "45262350",
"description": "Unreinforced-concrete work"
},
{
"scheme": "CPV",
"id": "45262360",
"description": "Cementing work"
},
{
"scheme": "CPV",
"id": "45262370",
"description": "Concrete-coating work"
},
{
"scheme": "CPV",
"id": "45341000",
"description": "Erection of railings"
},
{
"scheme": "CPV",
"id": "45342000",
"description": "Erection of fencing"
},
{
"scheme": "CPV",
"id": "45520000",
"description": "Hire of earthmoving equipment with operator"
}
],
"deliveryAddresses": [
{
"region": "UKE"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45111100",
"description": "Demolition work"
},
{
"scheme": "CPV",
"id": "45111200",
"description": "Site preparation and clearance work"
},
{
"scheme": "CPV",
"id": "45111210",
"description": "Blasting and associated rock-removal work"
},
{
"scheme": "CPV",
"id": "45111211",
"description": "Blasting work"
},
{
"scheme": "CPV",
"id": "45111212",
"description": "Rock-removal work"
},
{
"scheme": "CPV",
"id": "45111213",
"description": "Site-clearance work"
},
{
"scheme": "CPV",
"id": "45111230",
"description": "Ground-stabilisation work"
},
{
"scheme": "CPV",
"id": "45111240",
"description": "Ground-drainage work"
},
{
"scheme": "CPV",
"id": "45112200",
"description": "Soil-stripping work"
},
{
"scheme": "CPV",
"id": "45112210",
"description": "Topsoil-stripping work"
},
{
"scheme": "CPV",
"id": "45112400",
"description": "Excavating work"
},
{
"scheme": "CPV",
"id": "45112500",
"description": "Earthmoving work"
},
{
"scheme": "CPV",
"id": "45211350",
"description": "Multi-functional buildings construction work"
},
{
"scheme": "CPV",
"id": "45231113",
"description": "Pipeline relaying works"
},
{
"scheme": "CPV",
"id": "45233120",
"description": "Road construction works"
},
{
"scheme": "CPV",
"id": "45233123",
"description": "Secondary road construction work"
},
{
"scheme": "CPV",
"id": "45233140",
"description": "Roadworks"
},
{
"scheme": "CPV",
"id": "45233141",
"description": "Road-maintenance works"
},
{
"scheme": "CPV",
"id": "45233142",
"description": "Road-repair works"
},
{
"scheme": "CPV",
"id": "45233200",
"description": "Various surface works"
},
{
"scheme": "CPV",
"id": "45233251",
"description": "Resurfacing works"
},
{
"scheme": "CPV",
"id": "45261420",
"description": "Waterproofing work"
},
{
"scheme": "CPV",
"id": "45261900",
"description": "Roof repair and maintenance work"
},
{
"scheme": "CPV",
"id": "45261910",
"description": "Roof repair"
},
{
"scheme": "CPV",
"id": "45261920",
"description": "Roof maintenance work"
},
{
"scheme": "CPV",
"id": "45262200",
"description": "Foundation work and water-well drilling"
},
{
"scheme": "CPV",
"id": "45262210",
"description": "Foundation work"
},
{
"scheme": "CPV",
"id": "45262300",
"description": "Concrete work"
},
{
"scheme": "CPV",
"id": "45262350",
"description": "Unreinforced-concrete work"
},
{
"scheme": "CPV",
"id": "45262360",
"description": "Cementing work"
},
{
"scheme": "CPV",
"id": "45262370",
"description": "Concrete-coating work"
},
{
"scheme": "CPV",
"id": "45341000",
"description": "Erection of railings"
},
{
"scheme": "CPV",
"id": "45342000",
"description": "Erection of fencing"
}
],
"deliveryAddresses": [
{
"region": "UKE"
}
],
"relatedLot": "2"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "http://www.yorkshirewater.co.uk",
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"tenderPeriod": {
"endDate": "2023-04-21"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-COH-02366682",
"name": "YORKSHIRE WATER SERVICES LIMITED",
"identifier": {
"legalName": "YORKSHIRE WATER SERVICES LIMITED",
"id": "02366682",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "Western House,Western Way, Buttershaw",
"locality": "BRADFORD",
"region": "UKE41",
"postalCode": "BD62SZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "David Archer",
"email": "david.archer@yorkshirewater.co.uk",
"url": "http://www.yorkshirewater.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.yorkshirewater.co.uk",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "WATER",
"description": "Water"
}
]
}
},
{
"id": "GB-FTS-18584",
"name": "Yorkshire Water",
"identifier": {
"legalName": "Yorkshire Water"
},
"address": {
"locality": "Bradford",
"postalCode": "BD6 2SZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "david.archer@yorkshirewater.co.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-COH-02366682",
"name": "YORKSHIRE WATER SERVICES LIMITED"
},
"language": "en"
}