Tender

SEMD Fleet Tender

  • YORKSHIRE WATER SERVICES LIMITED

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

Notice identifier: 2025/S 000-061154

Procurement identifier (OCID): ocds-h6vhtk-0566ef

Published 1 October 2025, 10:00am

Last edited 7 October 2025, 3:22pm

Show all versions Hide all versions


This is an old version of this notice. View the latest version.

Scope

Reference

CM3291

Description

Procurement of fleet assets and related maintenance services to support Yorkshire Water's Alternative Water Supply (AWS) obligations under SEMD. The scope includes 7 rigid HGV chassis for potable tanker builds, 7 potable tanker bodies (19,000 L), 3 truck-mounted forklifts (TMFs), 1 tractor unit, and 3 curtainsider trailers, along with ongoing repair and maintenance.

Suppliers are invited to bid for one or more lots. Yorkshire Water seeks to secure specialist fleet assets with long lead times (12-24 months) to ensure AWS readiness by 2026. Bundled procurement strategies are expected to deliver 20-25% efficiencies compared with sourcing individual components. The contract will include flexibility clauses to address lead-time risks and regulatory changes.

Total value (estimated)

  • £2,900,000 excluding VAT
  • £2,900,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 31 March 2026 to 28 February 2029
  • 2 years, 11 months, 1 day

Main procurement category

Goods

CPV classifications

  • 34144212 - Water-tender vehicles

Contract locations

  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

Lot 1. Rigid HGV chassis and potable tanker bodies (19,000 L)

Description

Up to 7 rigid HGV chassis (26t, 6x2 or 8x4 as appropriate), Euro VI compliant, DVS-ready, and telematics-ready.

Up to 7 potable tanker bodies (19,000 L each) made from baffled stainless steel (316L), with sampling points, food-grade hoses, meters, signage, and backflow prevention.

Integration services to mount and fully equip the tanker bodies onto the chassis.

Associated repair and maintenance services for the duration of the contract.

Suppliers must deliver fully operational rigid tankers, compliant with potable water standards and SEMD regulations, within the agreed delivery timeline (12-24 months lead time anticipated).

Lot value (estimated)

  • £1,000,000 excluding VAT
  • £1,000,000 including VAT

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. Tractor Unit and Curtainsider Trailers

Description

This lot covers the supply of:

1 tractor unit (articulated), Euro VI compliant, minimum 44t GCW, telematics-ready, with required safety equipment (DVS/London fitment).

Up to 3 curtainsider trailers (13.6m, XL-rated or equivalent) with pillarless design, load-securing to EN 12642-XL, internal lighting, and Moffett mounting kits.

Associated repair and maintenance services for the vehicles and trailers.

Suppliers must deliver all vehicles road-ready, compliant with safety and operational standards, and capable of integration with truck-mounted forklifts.

Lot value (estimated)

  • £1,000,000 excluding VAT
  • £1,000,000 including VAT

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 3. Truck-Mounted Forklifts

Description

This lot covers the supply of:

Up to 3 truck-mounted forklifts (TMFs), approx. 2.5t capacity, with one-minute mount/dismount capability, 4-way steer (optional), LOLER compliant, and fitted with road lighting kits.

Associated repair and maintenance services for the forklifts.

Suppliers must deliver forklifts compatible with the curtainsider trailers in Lot 2 and ensure compliance with safety regulations. Training for operators and tailored "train the trainer" provision must also be supplied.

Lot value (estimated)

  • £900,000 excluding VAT
  • £900,000 including VAT

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.


Participation

Particular suitability

Lot 1. Rigid HGV chassis and potable tanker bodies (19,000 L)

Lot 2. Tractor Unit and Curtainsider Trailers

Lot 3. Truck-Mounted Forklifts

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

15 October 2025, 11:00am

Submission type

Requests to participate

Deadline for requests to participate

17 October 2025, 11:00am

Submission address and any special instructions

All submissions must occur via Yorkshire Water SAP ARIBA https://service.ariba.com/Supplier.aw/109565055/aw?awh=r&awssk=_Pp1AtWX&dard=1

Tenders may be submitted electronically

No

Languages that may be used for submission

English

Award decision date (estimated)

24 January 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Capability Quality 60%
Commercial Price 40%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Utilities

Competitive flexible procedure description

The procurement will be conducted under the restricted procedure, consisting of two stages: an initial Selection Questionnaire (SQ) to assess compliance and capability, followed by an Invitation to Tender (ITT) issued to shortlisted suppliers. During the ITT stage, Yorkshire Water will also conduct a contractual compliance round to ensure alignment with its standard terms and regulatory obligations. The process is covered by the Government Procurement Agreement (GPA), ensuring transparency and adherence to international procurement standards. This UK4 notice follows the earlier UK2 notice (Ref: 2025/S 000-043684). Tenders must be submitted in English, and bidders are required to maintain the validity of their submissions for a minimum period of six months.


Documents

Associated tender documents

YW CM3291 SEMD Fleet Tender - ITT Introduction.pdf


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