Scope
Reference
CM1240
Description
Yorkshire Water intends to establish a multi-supplier Framework Agreement for the provision of technical consultancy, engineering design, technical assurance, and specialist support services required to deliver its AMP8 investment programme (2025-2030).
The framework will provide a single commercial route to access a broad range of technical capabilities, supporting Yorkshire Water's Engineering, Asset Management and Commercial functions. It will replace existing Technical Services and Technical Assurance frameworks and ensure continuity, resilience and flexibility in securing specialist expertise.
The framework will include multiple Lots reflecting different categories of technical need, including project-level engineering support, independent technical assurance, complex multi-disciplinary design services, and strategic design capability development. Further detail on each Lot is provided in later sections of this notice and in the procurement documents.
Commercial tool
Establishes a framework
Total value (estimated)
- £80,000,000 excluding VAT
- £80,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 July 2026 to 30 June 2030
- Possible extension to 30 June 2032
- 6 years
Description of possible extension:
1 year + 1 year extension possible
Main procurement category
Services
CPV classifications
- 71300000 - Engineering services
Contract locations
- UK - United Kingdom
Lot 1. Technical Services (Minor Packages of Work)
Description
This Lot covers the provision of project-level technical services to support Yorkshire Water's AMP8 investment programme. Services include engineering support, feasibility studies, options development, detailed design, and associated technical advisory tasks. Suppliers may also be required to provide CDM Principal Designer duties and other discipline-specific engineering support.
Work under this Lot will typically be delivered as small to medium-sized task orders. Multiple suppliers will be appointed to ensure flexibility and access to specialist capabilities across a range of engineering disciplines. The scope is intended to support both standalone tasks and short-duration assignments in line with Yorkshire Water's project requirements.
Lot value (estimated)
- £12,700,000 excluding VAT
- £12,700,000 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. Technical Assurance
Description
This Lot covers the provision of independent technical assurance services to support Yorkshire Water's engineering, programme and project governance needs. Services include independent design reviews, technical audits, readiness assessments, and other assurance activities required to confirm compliance with applicable standards, specifications, and regulatory expectations.
The Lot is structured to appoint a primary assurance provider, with a secondary supplier to provide resilience and surge capacity. The scope supports assurance across a range of asset types and project delivery stages.
Lot value (estimated)
- £4,000,000 excluding VAT
- £4,000,000 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 3. Health & Safety Assurance
Cancelled - no contracts will be awarded related to this lot
Lot 4. Environmental Assurance
Cancelled - no contracts will be awarded related to this lot
Lot 5. Design Partner (Complex Project Delivery)
Description
This Lot covers the delivery of multi-disciplinary design services for Yorkshire Water's larger or more complex projects. Suppliers will take responsibility for providing end-to-end design capability, from feasibility and option development through to detailed design and support to construction delivery.
Work is expected to be allocated through mini-competitions for defined programmes or significant design packages. The Lot is intended to secure design partners with the capability and capacity to support long-term strategic programmes and to ensure consistency, quality, and delivery performance across Yorkshire Water's major investment activities.
Lot value (estimated)
- £13,300,000 excluding VAT
- £13,300,000 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 6. Strategic Solutions Partner
Cancelled - no contracts will be awarded related to this lot
Lot 7. Technical Design Partner
Description
This Lot covers strategic technical design capability to support Yorkshire Water's long-term planning and programme development. Services include full design development, digital engineering support, maturity development for PR29 solutions, collaborative capability building, and provision of ongoing strategic design expertise.
The Lot is expected to appoint a single supplier (or consortium) able to supplement Yorkshire Water's internal capability and provide continuity, innovation, and technical leadership across multi-year programmes.
Lot value (estimated)
- £50,000,000 excluding VAT
- £50,000,000 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
The framework will operate on a multi-supplier basis, with Yorkshire Water awarding call-off contracts in accordance with the procedures set out in the Framework Agreement. Prices for call-offs will be determined using the rate cards and pricing schedules established at tender, with the ability to confirm or adjust pricing where permitted by the call-off process.
Call-off contracts may be awarded either directly, where the framework provides an objective method to identify the most suitable supplier for a defined requirement, or following a further competition among the suppliers appointed to the relevant Lot. Different Lots may use different allocation routes, including direct award, nomination routes or mini-competitions, depending on the nature of the work.
Yorkshire Water will apply the framework rules consistently to ensure transparency, fairness and proportionality in allocating work, while enabling flexibility to meet programme needs. The operation of the framework will be governed by the terms of the Framework Agreement and the procedures communicated during the procurement process.
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
12 December 2025, 11:59pm
Submission address and any special instructions
Tenders must be submitted electronically via SAP Ariba, 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. Those who expressed interest through the UK3 Planned Procurement Notice have been invited to participate.
If you wish to participate but are not yet registered as a Yorkshire Water supplier, please email: ProfessionalServiceContracts@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 and an invitation to the tender via SAP Ariba.
If you are already registered as a Yorkshire Water supplier but have not received an invitation, please email ProfessionalServiceContracts@yorkshirewater.co.uk and include your ANID number, your full company name, and your registered Ariba email address, so that an invitation to the tender can be issued.
Tender submissions by email or post will not be accepted.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
31 March 2026
Award criteria
Lot 1. Technical Services (Minor Packages of Work)
Lot 2. Technical Assurance
Lot 5. Design Partner (Complex Project Delivery)
Lot 7. Technical Design Partner
| Name | Type | Weighting |
|---|---|---|
| Quality | Quality | 70% |
| Commercial | Price | 30% |
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 - Selection (SQ):
Interested suppliers submit a Selection Questionnaire. 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 Technical Services and Assurance 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