Tender

AMP8 Storm Overflow Alliance

YORKSHIRE WATER SERVICES LIMITED

This public procurement record has 2 releases in its history.

Tender

10 Jul 2023 at 08:46

Planning

05 May 2023 at 14:19

Summary of the contracting process

Yorkshire Water is seeking to procure an AMP8 Storm Overflow Alliance to support its capital investment programme running from April 2025 to March 2030. The procurement involves design, civil engineering works, process works, and change management. Yorkshire Water aims to create a pre-qualified bidder list for an Alliance of one solutions design consultant and three contractors. The tender period ends on 11th August 2023, with the second stage invitation date set for 27th October 2023.

The AMP8 Storm Overflow Alliance tender by Yorkshire Water presents business growth opportunities for consultant firms and contractors in the construction industry. Businesses with expertise in design, civil engineering, process works, and asset management are well-suited to compete. The procurement method is selective, and interested parties should register for the Supplier Briefing event on 5th June 2023 for further details and networking opportunities.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

AMP8 Storm Overflow Alliance

Notice 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.

Lot Information

Lot 1

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 PS500m for AMP8, with a projected PS800m for AMP9. 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

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03c6db
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019577-2023
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning 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

65 - Public utilities

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support


CPV Codes

45000000 - Construction work

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

Notice Value(s)

Tender Value
£1,300,000,000 £1B-£10B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Jul 20232 years ago
Submission Deadline
11 Aug 2023Expired
Future Notice Date
25 Jun 2023Expired
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

Contracting Authority (Buyer)

Main Buyer
YORKSHIRE WATER SERVICES LIMITED
Contact Name
Cameron Todd
Contact Email
cameron.todd@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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-03c6db-2023-07-10T09:46:05+01:00",
    "date": "2023-07-10T09:46:05+01:00",
    "ocid": "ocds-h6vhtk-03c6db",
    "description": "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/",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03c6db",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "AMP8 Storm Overflow Alliance",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "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.",
        "value": {
            "amount": 1300000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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 PS500m for AMP8, with a projected PS800m for AMP9. 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",
                "status": "active",
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45231300",
                        "description": "Construction work for water and sewage pipelines"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232100",
                        "description": "Ancillary works for water pipelines"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232130",
                        "description": "Storm-water piping construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232150",
                        "description": "Works related to water-distribution pipelines"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232151",
                        "description": "Water-main refurbishment construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232152",
                        "description": "Pumping station construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232400",
                        "description": "Sewer construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232410",
                        "description": "Sewerage work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232411",
                        "description": "Foul-water piping construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232420",
                        "description": "Sewage work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232421",
                        "description": "Sewage treatment works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232422",
                        "description": "Sludge-treatment works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232423",
                        "description": "Sewage pumping stations construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232424",
                        "description": "Sewage outfall construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232430",
                        "description": "Water-treatment work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232431",
                        "description": "Wastewater pumping station"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232440",
                        "description": "Construction work for sewage pipes"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45252100",
                        "description": "Sewage-treatment plant construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45252120",
                        "description": "Water-treatment plant construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45252126",
                        "description": "Drinking-water treatment plant construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45252127",
                        "description": "Wastewater treatment plant construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45252140",
                        "description": "Sludge-dewatering plant construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45259100",
                        "description": "Wastewater-plant repair and maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "65100000",
                        "description": "Water distribution and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71310000",
                        "description": "Consultative engineering and construction services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71800000",
                        "description": "Consulting services for water-supply and waste consultancy"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKE"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-06-26T00:00:00+01:00",
            "atypicalToolUrl": "https://www.yorkshirewater.com/"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 270
            }
        },
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://forms.office.com/e/mb08w3PRid",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "tenderPeriod": {
            "endDate": "2023-08-11T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2023-10-27T00:00:00+01:00"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-COH-2366682",
            "name": "YORKSHIRE WATER SERVICES LIMITED",
            "identifier": {
                "legalName": "YORKSHIRE WATER SERVICES LIMITED",
                "id": "2366682",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Western House,Western Way, Buttershaw",
                "locality": "BRADFORD",
                "region": "UKE41",
                "postalCode": "BD62SZ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Cameron Todd",
                "email": "cameron.todd@yorkshirewater.co.uk",
                "url": "https://forms.office.com/e/mb08w3PRid"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.yorkshirewater.com/",
                "buyerProfile": "https://www.yorkshirewater.com/",
                "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": "cameron.todd@yorkshirewater.co.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-COH-2366682",
        "name": "YORKSHIRE WATER SERVICES LIMITED"
    },
    "language": "en"
}