Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
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-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"
}