Periodic indicative notice – utilities
This notice is a periodic indicative notice only
Section I: Contracting
entity
I.1) Name and addresses
YORKSHIRE WATER SERVICES LIMITED
2366682
Western House,Western Way, Buttershaw
BRADFORD
BD6 2SZ
UK
Contact person: Rob Henaghan
E-mail: Rob.henaghan@yorkshirewater.co.uk
NUTS: UKE
Internet address(es)
Main address: https://www.yorkshirewater.com/
Address of the buyer profile: https://www.yorkshirewater.com/
I.3) Communication
Additional information can be obtained from the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.yorkshirewater.com/
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
AMP8 Non Infrastructure Framework
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
Yorkshire Water (YW) is seeking to procure two Non-Infrastructure Framework Agreements to support the delivery of its AMP8 capital investment programme.
Lot1 - Yorkshire Water Non-Infrastructure Framework Complex Works.
Lot2 - Yorkshire Water Non-Infrastructure Framework Minor Works.
The AMP8 regulatory period will run from April 2025 to March 2030. The services that will be 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. The Framework Agreement will include the option of a contract extension to cover future AMP9 requirements at the discretion of YW.
Framework Partners are required to provide expertise, guidance, support and resources in design, planning, management and delivery of non-infrastructure assets. This will include new assets, renewals, modifications, maintenance and refurbishment of existing assets. The Framework 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 are currently working with stakeholders and regulators investigating and planning the programmes of work to be included in the AMP8 period. It is anticipated the main tranches of work will include water and wastewater non-infrastructure assets.
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.
II.1.5) Estimated total value
Value excluding VAT:
1 500 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.2) Description
Lot No: 1
II.2.1) Title
Yorkshire Water Non-Infrastructure Framework Complex Civils and MEICA Works
II.2.2) Additional CPV code(s)
45231300
45232100
45232130
45232150
45232151
45232152
45232400
45232410
45232411
45232420
45232421
45232422
45232423
45232424
45232430
45232431
45232440
45252120
45252126
45252127
45252140
45252210
65100000
71310000
71320000
II.2.3) Place of performance
NUTS code:
UKE
II.2.4) Description of the procurement
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 Works Framework will typically range from £5m to £75m 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)
II.2.14) Additional information
Supplier Briefing
Interested parties are invited to attend a Supplier Briefing hosted by YW on Monday 5th June 2023. The venue for the Supplier Briefing is Yorkshire Water, Western Way, Buttershaw, Bradford, BD6 2SZ in our Confluence Hall.
Attendees are asked to arrive at 13:00 with an anticipated finish time of 15:00.
Please register your interest for the Supplier Briefing here:
https://www.eventbrite.com/e/yorkshire-water-amp8-non-infrastructure-framework-supplier-briefing-tickets-631489781937
Please note that registration is limited to a maximum of two attendees per organisation. A separate supplier briefing will take place on the same day, with separate registration required for attendance.
Lot No: 2
II.2.1) Title
Yorkshire Water Non-Infrastructure Framework Minor Civils and MEICA Works
II.2.2) Additional CPV code(s)
45231300
45232100
45232130
45232150
45232151
45232152
45232400
45232410
45232411
45232420
45232421
45232422
45232423
45232424
45232430
45232431
45232440
45252100
45252120
45252126
45252127
45252140
45259100
65100000
71310000
71320000
71510000
71540000
II.2.3) Place of performance
NUTS code:
UKE
II.2.4) Description of the procurement
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 £250k to £5m with most in the middle of this range. (Programmes of similar work may be collated to form tranches).
It is anticipated that the maximum value of a typical call-off contract may be in the region of £5m.
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).
II.2.14) Additional information
Supplier Briefing
Interested parties are invited to attend a Supplier Briefing hosted by YW on Monday 5th June 2023. The venue for the Supplier Briefing is Yorkshire Water, Western Way, Buttershaw, Bradford, BD6 2SZ in our Confluence Hall.
Attendees are asked to arrive at 13:00 with an anticipated finish time of 15:00.
Please register your interest for the Supplier Briefing here:
https://www.eventbrite.com/e/yorkshire-water-amp8-non-infrastructure-framework-supplier-briefing-tickets-631489781937
Please note that registration is limited to a maximum of two attendees per organisation. A separate supplier briefing will take place on the same day, with separate registration required for attendance.
II.3) Estimated date of publication of contract notice:
01/07/2024
Section IV: Procedure
IV.1) Description
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.3) Additional information
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/
VI.5) Date of dispatch of this notice
05/05/2023