Construction Contract Leads
Yorkshire and the Humber
Category Goods
Type
No. of Lots 2
Status Active
Published 17th Dec 2024
Reference | ocds-h6vhtk-04c8c1 |
Common Procurement Vocabulary | Construction structures and materials; auxiliary products to construction (except electric apparatus) |
Procurement Method | Negotiated procedure with prior call for competition |
Value | £28,000,000 |
Yorkshire and the Humber
Category Goods
Type
No. of Lots 2
Status Active
Published 17th Dec 2024
Reference | ocds-h6vhtk-04c8c1 |
Common Procurement Vocabulary | Construction structures and materials; auxiliary products to construction (except electric apparatus) |
Procurement Method | Negotiated procedure with prior call for competition |
Value | £28,000,000 |
Section I: Contracting entity
I.1) Name and addresses
YORKSHIRE WATER SERVICES LIMITED
Western House,Western Way, Buttershaw
BRADFORD
BD62SZ
Contact
Pedro Martins
martinsp [at] yw.co.uk
Country
United Kingdom
NUTS code
UKE41 - Bradford
Companies House
02366682
Internet address(es)
Main address
https://www.yorkshirewater.com/
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://www.yorkshirewater.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.yorkshirewater.com/
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
MRO and Tools Framework
II.1.2) Main CPV code
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
II.1.3) Type of contract
Supplies
II.1.4) Short description
This notice seeks expressions of interest for establishing a Framework Agreement to cover Yorkshire Water's (YWS) requirements for Maintenance, Repair, and Operations (MRO) and Tools.
This consolidated framework aims to provide operational and commercial efficiency in procuring critical spares, tools, and consumables, ensuring consistent quality and streamlined supplier management across YWS operations.
The initial term of the framework will be three years, with the option to extend for up to four additional years in two occasions (3 + 2 + 2).
The total estimated value of the contract (excluding VAT) is £28m, £4m annually.
Any estimated values or volumes provided are indicative only. Yorkshire Water reserves the right to adjust its requirements during the framework's duration.
YWS reserves the right to cancel or amend this procurement process at its discretion without liability.
Securing a place on the framework does not guarantee work.
Lot Structure
Yorkshire Water anticipates dividing this framework into at least two primary lots:
Lot 1: MRO (Maintenance, Repair, and Operations)
- Includes mechanical parts, electrical parts, valves, drainage equipment and consumables.
- This lot has a total estimated value (excluding VAT) of £25.9m, £3.7m annually.
Lot 2: Tools
- Includes basic hand tools, power tools, network tools and testing equipment.
- This lot has a total estimated value (excluding VAT) of £2.1m, £300k annually.
This proposed lot structure is indicative and may be refined during the Invitation to Tender (ITT) stage based on market feedback and Yorkshire Water's operational requirements.
Final lot arrangements will be confirmed in the tender documentation issued to qualified suppliers after the Selection Questionnaire (SQ) stage.
II.1.5) Estimated total value
Value excluding VAT: £28,000,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
MRO (Maintenance, Repair and Overhaul)
Lot No
1
II.2.2) Additional CPV code(s)
- 31711400 - Valves and tubes
- 31711430 - Valve tubes
- 31711500 - Parts of electronic assemblies
II.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
II.2.4) Description of the procurement
Lot 1: MRO (Maintenance, Repair, and Operations)
- Includes mechanical parts, electrical parts, valves, drainage equipment and consumables.
- This lot has a total estimated value (excluding VAT) of £25.9m, £3.7m annually.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
The initial term of the framework will be three years, with the option to extend for up to four additional years in two occasions (3 + 2 + 2).
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2) Description
II.2.1) Title
Tools
Lot No
2
II.2.2) Additional CPV code(s)
- 43830000 - Power tools
- 44510000 - Tools
II.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
II.2.4) Description of the procurement
Lot 2: Tools
- Includes basic hand tools, power tools, network tools and testing equipment.
- This lot has a total estimated value (excluding VAT) of £2.1m, £300k annually.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
The initial term of the framework will be three years, with the option to extend for up to four additional years in two occasions (3 + 2 + 2).
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated procedure with prior call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
24 January 2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
Procurement Process
Expression of Interest (EOI)
Interested parties must submit a notification of their intent to participate via SAP Ariba or by contacting Pedro Martins at pedro.martins [at] yorkshirewater.co.uk.
Selection Questionnaire (SQ)
YWS will issue a pre-qualification Selection Questionnaire via SAP Ariba to assess suppliers against key technical, financial, and compliance criteria. Suppliers must be registered on SAP Ariba to respond. Suppliers that fail to meet the minimum criteria will be excluded but may reapply if re-qualification opportunities are made available.
Invitation to Tender (ITT)
Qualified bidders will proceed to the ITT stage, where commercial and technical submissions will be evaluated based on predefined criteria. This stage also includes contractual compliance.
Evaluation and Award
Successful suppliers will be awarded a place in the framework based on the most economically advantageous tender (MEAT), balancing cost, quality, and compliance.
Estimated Timeline
Market Notice: December 2024 to January 2025
Selection Questionnaire: January to February 2025
ITT Rounds: March to April 2025
Framework Award: May 2025
Transition Period: June-August 2025
VI.4) Procedures for review
VI.4.1) Review body
Yorkshire Water Services
Bradford
Country
United Kingdom