Tender

MRO and Tools Framework

  • YORKSHIRE WATER SERVICES LIMITED

F05: Contract notice – utilities

Notice identifier: 2024/S 000-040609

Procurement identifier (OCID): ocds-h6vhtk-04c8c1

Published 17 December 2024, 2:19pm



Section one: Contracting entity

one.1) Name and addresses

YORKSHIRE WATER SERVICES LIMITED

Western House,Western Way, Buttershaw

BRADFORD

BD62SZ

Contact

Pedro Martins

Email

martinsp@yw.co.uk

Country

United Kingdom

Region code

UKE41 - Bradford

Companies House

02366682

Internet address(es)

Main address

https://www.yorkshirewater.com/

one.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/

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

MRO and Tools Framework

two.1.2) Main CPV code

  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

two.1.3) Type of contract

Supplies

two.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.

two.1.5) Estimated total value

Value excluding VAT: £28,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

MRO (Maintenance, Repair and Overhaul)

Lot No

1

two.2.2) Additional CPV code(s)

  • 31711400 - Valves and tubes
  • 31711430 - Valve tubes
  • 31711500 - Parts of electronic assemblies

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Tools

Lot No

2

two.2.2) Additional CPV code(s)

  • 43830000 - Power tools
  • 44510000 - Tools

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

24 January 2025

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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@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

six.4) Procedures for review

six.4.1) Review body

Yorkshire Water Services

Bradford

Country

United Kingdom