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
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.
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