Tender

CM1225 - Ventilation

  • YORKSHIRE WATER SERVICES LIMITED

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-016264

Procurement identifier (OCID): ocds-h6vhtk-06568e (view related notices)

Published 23 February 2026, 5:54pm



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

This table contains award criteria for this lot
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