Scope
Description
• The objective of this Procurement Process is to establish a Framework Agreement for the provision of Ventilation Systems and operational support services thereof to Yorkshire Water's Capital Delivery team in the next 4 years with 4 years extension option for Yorkshire Water
• This Framework Agreement is envisaged to be the nominated route for Yorkshire Water to procure Ventilation Services through the duration of the agreement.
• Successful suppliers will be a part of the Framework and work alongside Yorkshire Water Services (YWS) in Capital Delivery, limited to the lots for which they have successfully bid.
The proposed Framework structure comprises two (2) Lots:
Lot 1 - Operational Requirements
Scope : The provision of inspections, assessments and maintenance of ventilation systems and assets, including:
• Routine and statutory inspections
• Risk assessments and compliance surveys
• Identification of remedial works and condition grading
• Planned and reactive maintenance
• Remediation works addressing safety or performance
• Emergency response
Lot 2 - Capital Requirements
Scope: The provision of ventilation systems, including:
• Full design, supply and installation of new ventilation systems
• Refurbishment and upgrades of existing systems
• Turnkey solutions including design, construction and commissioning
Yorkshire Water invites suitably qualified and experienced suppliers with capability in the design, installation, maintenance and refurbishment of ventilation systems, together with associated compliance and asset management services, to express an interest in this opportunity.
Commercial tool
Establishes a framework
Total value (estimated)
- £24,120,000 excluding VAT
- £24,120,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 May 2026 to 1 May 2030
- Possible extension to 1 May 2034
- 8 years, 1 day
Description of possible extension:
The contract may be extended subject to performance, regulatory requirements, and business need.
Main procurement category
Services
Additional procurement category
Goods
CPV classifications
- 39714100 - Ventilators
- 39714110 - Extraction ventilators
- 42520000 - Ventilation equipment
- 71315410 - Inspection of ventilation system
- 71321400 - Ventilation consultancy services
Contract locations
- UK - United Kingdom
Lot 1. Operational Requirements
Description
The provision of inspections, assessments and maintenance of ventilation systems and assets, including:
• Routine and statutory inspections
• Risk assessments and compliance surveys
• Identification of remedial works and condition grading
• Planned and reactive maintenance
• Remediation works addressing safety or performance
• Emergency response
Lot value (estimated)
- £24,120,000 excluding VAT
- £24,120,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Capital Requirements
Description
The provision of ventilation systems, including:
• Full design, supply and instillation of new ventilation systems
• Refurbishment and upgrades of existing systems
• Turnkey solutions including design, construction and commissioning
Lot value (estimated)
- £24,120,000 excluding VAT
- £24,120,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
Framework operation description will be clarified in the ITT documentation.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Establishing party only
Submission
Submission type
Requests to participate
Deadline for requests to participate
20 March 2026, 11:59pm
Submission address and any special instructions
Tenders must be submitted electronically via SAP Ariba (the tender is now live and due date for Conditions of Participation submission is 20 March 2026), Yorkshire Water's e-procurement portal https://s1-eu.ariba.com/Sourcing/Main/aw?awh=r&awssk=fy5dbBftDhoBNSzh&realm=YorkshireWater&... Suppliers will not be able to view or access the tender in SAP Ariba unless they have been invited by Yorkshire Water through the portal.
There are no specific conditions for participation in this market engagement. Participation is voluntary and non-binding.
If you wish to participate but are not yet registered as a Yorkshire Water supplier, please email: Aitana.Wirz@yorkshirewater.co.uk and include the full legal company name, and the email address you wish to register. You will then be issued with a registration request link.
If you are already registered as a Yorkshire Water supplier on Ariba, please email Aitana.Wirz@yorkshirewater.co.uk and include your ANID number, your full company name, and your registered Ariba email address, so that you can receive the Conditions of Participation documents.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
30 April 2026
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Capability | Quality | 50% |
| Commercial | Price | 50% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Utilities
Competitive flexible procedure description
Yorkshire Water will run a multi-stage procurement using the competitive flexible procedure in accordance with the Procurement Act 2023.
Stage 1 - Conditions of Participation (previously called Selection Questionnaire)
Interested suppliers submit a Conditions of Participation. Responses are assessed against defined pass/fail Selection Criteria to determine whether suppliers meet Yorkshire Water's minimum requirements. Yorkshire Water may conduct one or more rounds of Selection and reserves the right to shortlist suppliers progressing to subsequent stages.
Stage 2 - Contractual Compliance:
Shortlisted suppliers will be invited to review and, where permitted, comment on the Proposed Contract. Yorkshire Water will refine and finalise the contract terms during this stage. Only suppliers who accept the final contract terms will progress to the ITT stage.
Stage 3 - Invitation to Tender (Quality & Commercial):
Suppliers will submit detailed quality and commercial tenders, which will be evaluated in accordance with the award criteria set out in the ITT documentation.
Following evaluation, Yorkshire Water will identify the most economically advantageous tenders and award places on the Framework.
The procedure structure and indicative timelines are set out in the procurement documents.
Contracting authority
YORKSHIRE WATER SERVICES LIMITED
- Companies House: 02366682
- Public Procurement Organisation Number: PXGT-3622-WXBQ
Western House
Bradford
BD6 2SZ
United Kingdom
Region: UKE41 - Bradford
Organisation type: Private utility