Notice Information
Notice Title
AMP8 Non Infrastructure Framework
Notice Description
Yorkshire Water (YW) is seeking to procure two Non-Infrastructure Framework Agreements to support the delivery of its AMP8 capital investment programme. Each Framework will include between 3 and 6 delivery partners: Lot 1: Non-Infrastructure Complex Works PS600m (AMP8) Lot 2: Non-Infrastructure Minor Works PS150m (AMP8) The above values are estimates only and Yorkshire Water gives no guarantee as to the actual value of each Lot. The AMP8 regulatory period will run from April 2025 to March 2030. The services procured under these framework agreements include, but are not limited to, design, construction, civil engineering, and process works, (encompassing mechanical, electrical, instrumentation and telemetry). The framework will include an element of programme management, progress and performance reporting, quality management and commissioning. Individual projects and programmes of work on the Complex Framework will typically range from PS1m to PS35m with most in the middle of this range. (Programmes of similar work may be collated to form tranches) There will be no upper threshold for the value of projects and programmes which may be awarded through the framework. Individual projects and programmes of work on the Minor Works Framework will typically range from PS100k to PS1m with most in the middle of this range. (Programmes of similar work may be collated to form tranches).
Lot Information
Yorkshire Water Non-Infrastructure Framework Complex Civils and MEICA Works
Complex Works Non-Infrastructure Framework for Yorkshire Water to provide services across Yorkshire Water's geographical region including: Works on both Water and Wastewater sites. Individual projects and programmes of work on the Complex Lot will typically range from PS1m to PS35m with most in the middle of this range. (Programmes of similar work may be collated to form tranches). There will be no upper threshold for the value of projects and programmes which may be awarded through the framework. It is proposed to include 3 to 6 Design and Build Contractors on the Complex Works Framework. The scope of the projects and tranches may include, but not be limited to, the following: Pre-Construction survey and investigation Design and Construction Management Design and Build based on Client's Concept Design Site Works (Construction, Civils, Process, Mechanical, Electrical, controls and instrumentation) 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: The initial framework agreement will be awarded for a period of 5 years, with an extension option of up to 5 years at the discretion of Yorkshire Water.
Yorkshire Water Non-Infrastructure Framework Minor Civils and MEICA WorksNon-Infrastructure Minor Works Framework for Yorkshire Water to provide services across Yorkshire Water's geographical region. This framework is for less complicated works unsuitable for the Complex Works Framework and will include: Works on both Water and Wastewater sites. Individual projects and programmes of work on the Minor Works Framework will typically range from PS250k to PS1m with most in the middle of this range. (Programmes of similar work may be collated to form tranches). The scope of the projects and tranches of work may include but not be limited to the following: Pre-Construction survey and investigation, Less complex design and build schemes based on Client's Concept design, (limited design capability required), Construction only works dependent on value and complexity of the work package, (ability to self-deliver core disciplines), Site Works, (Construction, Civils, Process, Mechanical, Electrical, controls and instrumentation). 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: The framework agreement will be awarded with an initial term of 5 years, with the option extend for a period of up to 5 years at the discretion of Yorkshire Water.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03c6dc
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/019576-2023
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- 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
-
- 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
45252210 - Water purification plant construction work
45259100 - Wastewater-plant repair and maintenance work
65100000 - Water distribution and related services
71310000 - Consultative engineering and construction services
71320000 - Engineering design services
71510000 - Site-investigation services
71540000 - Construction management services
Notice Value(s)
- Tender Value
- £1,500,000,000 £1B-£10B
- Lots Value
- £1,500,000,000 £1B-£10B
- 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
- 30 Jun 2024Expired
- 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
- Rob Henaghan
- Contact Email
- rob.henaghan@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-03c6dc-2023-07-10T09:42:00+01:00",
"date": "2023-07-10T09:42:00+01:00",
"ocid": "ocds-h6vhtk-03c6dc",
"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-03c6dc",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "AMP8 Non Infrastructure Framework",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"description": "Yorkshire Water (YW) is seeking to procure two Non-Infrastructure Framework Agreements to support the delivery of its AMP8 capital investment programme. Each Framework will include between 3 and 6 delivery partners: Lot 1: Non-Infrastructure Complex Works PS600m (AMP8) Lot 2: Non-Infrastructure Minor Works PS150m (AMP8) The above values are estimates only and Yorkshire Water gives no guarantee as to the actual value of each Lot. The AMP8 regulatory period will run from April 2025 to March 2030. The services procured under these framework agreements include, but are not limited to, design, construction, civil engineering, and process works, (encompassing mechanical, electrical, instrumentation and telemetry). The framework will include an element of programme management, progress and performance reporting, quality management and commissioning. Individual projects and programmes of work on the Complex Framework will typically range from PS1m to PS35m with most in the middle of this range. (Programmes of similar work may be collated to form tranches) There will be no upper threshold for the value of projects and programmes which may be awarded through the framework. Individual projects and programmes of work on the Minor Works Framework will typically range from PS100k to PS1m with most in the middle of this range. (Programmes of similar work may be collated to form tranches).",
"value": {
"amount": 1500000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Yorkshire Water Non-Infrastructure Framework Complex Civils and MEICA Works",
"description": "Complex Works Non-Infrastructure Framework for Yorkshire Water to provide services across Yorkshire Water's geographical region including: Works on both Water and Wastewater sites. Individual projects and programmes of work on the Complex Lot will typically range from PS1m to PS35m with most in the middle of this range. (Programmes of similar work may be collated to form tranches). There will be no upper threshold for the value of projects and programmes which may be awarded through the framework. It is proposed to include 3 to 6 Design and Build Contractors on the Complex Works Framework. The scope of the projects and tranches may include, but not be limited to, the following: Pre-Construction survey and investigation Design and Construction Management Design and Build based on Client's Concept Design Site Works (Construction, Civils, Process, Mechanical, Electrical, controls and instrumentation) 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",
"value": {
"amount": 1200000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": true,
"renewal": {
"description": "The initial framework agreement will be awarded for a period of 5 years, with an extension option of up to 5 years at the discretion of Yorkshire Water."
},
"secondStage": {
"minimumCandidates": 10,
"maximumCandidates": 10
},
"selectionCriteria": {
"description": "Criteria provided in the Pre-Qualification Questionnaire."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "2",
"title": "Yorkshire Water Non-Infrastructure Framework Minor Civils and MEICA Works",
"description": "Non-Infrastructure Minor Works Framework for Yorkshire Water to provide services across Yorkshire Water's geographical region. This framework is for less complicated works unsuitable for the Complex Works Framework and will include: Works on both Water and Wastewater sites. Individual projects and programmes of work on the Minor Works Framework will typically range from PS250k to PS1m with most in the middle of this range. (Programmes of similar work may be collated to form tranches). The scope of the projects and tranches of work may include but not be limited to the following: Pre-Construction survey and investigation, Less complex design and build schemes based on Client's Concept design, (limited design capability required), Construction only works dependent on value and complexity of the work package, (ability to self-deliver core disciplines), Site Works, (Construction, Civils, Process, Mechanical, Electrical, controls and instrumentation). 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",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": true,
"renewal": {
"description": "The framework agreement will be awarded with an initial term of 5 years, with the option extend for a period of up to 5 years at the discretion of Yorkshire Water."
},
"secondStage": {
"minimumCandidates": 12,
"maximumCandidates": 12
},
"selectionCriteria": {
"description": "Criteria detailed in the Pre-Qualification Questionnaire."
},
"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": "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": "45252210",
"description": "Water purification plant construction work"
},
{
"scheme": "CPV",
"id": "65100000",
"description": "Water distribution and related services"
},
{
"scheme": "CPV",
"id": "71310000",
"description": "Consultative engineering and construction services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UKE"
},
{
"region": "UKE"
}
],
"relatedLot": "1"
},
{
"id": "2",
"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": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71510000",
"description": "Site-investigation services"
},
{
"scheme": "CPV",
"id": "71540000",
"description": "Construction management services"
}
],
"deliveryAddresses": [
{
"region": "UKE"
},
{
"region": "UKE"
}
],
"relatedLot": "2"
}
],
"communication": {
"futureNoticeDate": "2024-07-01T00:00:00+01:00",
"atypicalToolUrl": "https://www.yorkshirewater.com/"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 270
}
},
"lotDetails": {
"maximumLotsBidPerSupplier": 1
},
"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",
"techniques": {
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2023-08-11"
},
"secondStage": {
"invitationDate": "2023-10-16T00:00:00+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": "Rob Henaghan",
"email": "rob.henaghan@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": "rob.henaghan@yorkshirewater.co.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-COH-2366682",
"name": "YORKSHIRE WATER SERVICES LIMITED"
},
"language": "en"
}