Loading page content…
Loading page content…
69 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
The tender is being led by YWS, however, the contract will be signed with Kelda, which is YWS parent company and is acquiring insurance for the whole group. The Kelda group includes Yorkshire Water Services, Loop Customer Management and Keyland Developments, with Yorkshire Water Services being the main subsidiary. Kelda has a requirement to sign a contract for insurance broker services, which can provide insurance coverage for all of required policies. This notice is seeking expression of interest for providing insurance broker services to Kelda. Please note that all bidders' expression of interest must be in the form of a completed Selection Questionnaire through SAP Ariba. In order to receive onboarding onto SAP Ariba, please email at qasim.ashraf@yorkshirewater.com
£575,000
Contract value
Yorkshire Water (YW) are seeking an Endpoint protection and Security Service Edge (SSE) systems integrator who resells Endpoint Security and SSE. At this stage in the process, YW want to consider the widest variety of options. Therefore, YW would discourage Tool providers partnering with a single Systems Integrator or vice versa. YW reserves the right to contract directly with the Tool providers. The required services are to complete the staged migration of YWS Endpoint protection services and systems, and on-going maintenance of the newly implemented solution. This notice will result in the appointment of a Systems Integrator (SI) who can provide services across requirements, design, blueprint, proof of Concept (PoC), build, test, deploy, hyper care, rollout/migrate, and ongoing service management for future stages of the service to implement additional capabilities/services, as well as a range of other related services. This may also include the support of the solution once it is implemented. The suppliers appointed on the contract may also be required to deliver the following kind of services: Project Management, business change management, process design, requirements analysis, solution design, service design, technical advice and planning, quality control, design assurance, system integration, testing, business continuity management, transition into support / provision of support, service retirements, security, and a variety of other services required by YWS from time to time. Any estimated quantities or values contained or referred to in this or other documentation are for guidance only and do not bind YWS to buy any specific quantities should the bidder be successful and enter into an Agreement. This notice is seeking expression of interest for providing above services to YWS. Please note that that all bidders who express their interest must upload completed Selection Questionnaire through SAP Ariba. In order to receive selection documents and start Ariba onboarding, please email at mariia.sazonova@yorkshirewater.co.uk
£5,000,000
Contract value
This is a 2 Lot service requirement tender. Lot 1 includes the provision of statutory inspection services for lifting equipment, such as runways, cranes, gantries, shackles, lifting beams, winches, and others. The inspection cycle is usually 6 or 12 months depending on the item. Minor maintenance services at minimising the downtime, such as testing, cleaning, stencilling, latch replacement of equipment, amongst others, are also part of the scope. Lot 2 includes the provision of winch servicing - annual maintenance for winches/fall arrest. Service scope for both lots will be taking place across various YWS sites based in Yorkshire.
£2,300,000
Contract value
YWS has embarked upon a Transformation Programme to deliver new and improved business capabilities which will require enterprise-wide changes to process, people, systems and data. Underpinning this is a Technology and Data strategy that will deliver a modern tech landscape, encompassing the full range of IT business applications including core platform technology, ERP, Customer Experience and provision of a Strategic Data Platform. Spatial Information is core to the business operations of Yorkshire Water and there is an ever-increasing requirement to harness the intelligence of this to develop new applications to support core asset management, network maintenance, customer services, hydraulic modelling, interaction with external partners and fulfilment of regulatory obligations, integrating Spatial Information with other core data assets across Yorkshire Water. The current GIS system at YWS has been in use for a long time and has evolved over many years supporting spatial information service requirements across the business. In addition, there are several targeted business initiatives for specific departmental requirements using a range of other GIS product platforms. A GIS Strategy review has been undertaken to take stock of what YWS have, engage across the business to consolidate business requirements, review current technologies available, learn from other UK Water Industry initiatives and identify a Roadmap to the achievement of a new Target Operating Model for the delivery of integrated, high-quality capabilities and services to support the current and future Spatial Information Services needs of Yorkshire Water. The scope of this procurement seeks to select a new GIS core platform and data model and assess GIS core platform service provider's capability in the provision of GIS tooling. This notice is seeking expression of interest for providing GIS Core Platform service to YWS. Please note that all bidders' expression of interest must be in the form of a completed Selection Questionnaire through SAP Ariba. In order to receive onboarding onto SAP Ariba, please email at dharmesh.depala@yorkshirewater.co.uk
£8,000,000
Contract value
YWS is looking to procure the following services: - Accident and roadside assistance services - Vehicle disposal services - Fleet management services including but not limited to the following - Driver line support for breakdown & roadside assistance, scheduling services for routine maintenance - MOT due notification and reminders, Service Maintenance & Repairs - within authorised limits - Fines management, Road Fund License (Tax) management, Motor Insurance Database updates, - Garage network management, Spot Hire Logistics - Reporting and Access to fleet management systems software This notice is seeking an expression of interest for providing above services to YWS. Please note that all bidders who express their interest must upload completed Selection Questionnaire through SAP Ariba. In order to receive selection documents and start Ariba onboarding, please EMAIL at mariia.sazonova@yorkshirewater.co.uk
£15,840,000
Contract value
YW is seeking a supplier to provide and maintain Lone Worker Services. Suppliers should possess the ability to supply and maintain lone work devices as well as the associated services including reporting mechanisms and manage data collection in a timely manner. Devices should range from Apps to body cams; and have specific functions, such as no-motion sensor, EX capability, fall detection, man down, voice calls, satellite device, panic alarm, roaming SIM, and an Alarm Receiving Centre (ARC). This notice is seeking an expression of interest for providing the above goods and services to YWS. Please note that all bidders who express their interest must upload the completed Selection Questionnaire through SAP Ariba. In order to receive selection documents and start Ariba onboarding, please EMAIL at Lena.Anastasiou@yorkshirewater.co.uk
£2,291,666.64
Contract value
Yorkshire Water (YW) are seeking waste management and removal services. The services include the provision of waste removal, waste management and recycling services for screenings, grit, silt and general waste. Included in the scope is the management of landfill water tax incentives and EA compliance. YW has ~500 sites across Yorkshire and a total of ~12k tonnes utilising 1600 skips. This notice is seeking expression of interest for providing above services to YWS. Please note that all bidders who express their interest must upload the completed Selection Questionnaire through SAP Ariba. In order to receive selection documents and start Ariba onboarding, please EMAIL at mariia.sazonova@yorkshirewater.co.uk
£11,825,000
Contract value
This notice is seeking expressions of interest for the establishment of a Framework Agreement for Facilities Management related to: Buildings Maintenance, Compliance, Grounds Maintenance, Design & Build, Cleaning and Post and Courier services. This framework agreement is envisaged to be the primary route for selecting suppliers for the delivery of the selected Facilities Management services for the duration of the agreement. Any estimated quantities or values contained or referred to in this or other documentation are for guidance only and do not bind YWS to buy any specific quantities should the bidder be successful and enter into an Agreement. Procurement Process: To express an interest in participating in the tender, please contact Bob Yates (robert.yates@yorkshirewater.co.uk) through email by 17:00 (GMT) on 23rd September 2022. Once a bidder expresses an interest, the Selection Questionnaire (SQ) Pack will be shared with them. This will include the SQ document that must be completed by all bidders and submitted on Ariba by 28th September 2022. All clarifications should also be submitted on Ariba. YWS will periodically consolidate clarifications that would be relevant to everyone and share the response to these with all bidders anonymously. Following an assessment of responses received for the SQ, successful suppliers will be invited to participate in the ITT. This is planned for October but is subject to change based on YWS discretion. For the avoidance of doubt, suppliers DO NOT need to deliver services in all Lots to submit a response to this tender.
£74,000,000
Contract value
This notice is seeking expressions of interest for provision of Property Clean and Restoration services, especially after a flooding incident, covering both Clean and Waster water. Any estimated quantities or values contained or referred to in this or other documentation are for guidance only and do not bind YWS to buy any specific quantities should the bidder be successful and enter into an Agreement. Procurement Process: To express an interest in participating in the tender, please contact Qasim Ashraf (qasim.ashraf@yorkshirewater.co.uk) through email by 17:00 (GMT) on 12th October 2022. Once a bidder expresses an interest, the Selection Questionnaire (SQ) Pack will be shared with them. This will include the SQ document that must be completed by all bidders and submitted on Ariba by 19th October 2022. All clarifications should also be submitted on Ariba. YWS will periodically consolidate clarifications that would be relevant to everyone and share the response to these with all bidders anonymously. Following an assessment of responses received for the SQ, successful suppliers will be invited to participate in the ITT. This is planned for October but is subject to change based on YWS discretion.
£4,000,000
Contract value
This notice is seeking expression of interest for provision of Office Supplies and Stationery. Any estimated quantities or values contained or referred to in this or other documentation are for guidance only and do not bind YWS to buy any specific quantities should the bidder be successful and enter into an Agreement. Procurement Process: To express an interest in participating in the tender, please contact Qasim Ashraf (qasim.ashraf@yorkshirewater.co.uk) through email by 17:00 (GMT) on 5th November 2022. Once a bidder expresses an interest, the Selection Questionnaire (SQ) Pack will be shared with them. This will include the SQ document that must be completed by all bidders and submitted on Ariba by 9th November 2022. All clarifications should also be submitted on Ariba. YWS will periodically consolidate clarifications that would be relevant to everyone and share the response to these with all bidders anonymously. Following an assessment of responses received for the SQ, successful suppliers will be invited to participate in the ITT. This is planned for November but is subject to change based on YWS discretion.
£950,000
Contract value
Yorkshire Water Services (YWS) are looking to set up a Framework Agreement for the supply of services for Nitrogen Purging, Digester Maintenance and Design of Biogas Systems. Bidders could be successful in lot 1 (Supply of Nitrogen Purging Services), Lot 2 (Supply of Services for Digester Inspection, Preparation, Maintenance, Refurbishment and Design of Biogas Systems), or lots 1 & 2 together if this represents the most economically advantageous tender. The tender is split into the following lots:- Lot 1 - Supply of Nitrogen Purging Services Lot 2 - Supply of Services for Digester Inspection, Preparation, Maintenance, Refurbishment and Design of Biogas Systems
£20,000,000
Contract value
Health and Safety Skills Training. Training is split into 5 lots, with sub-categories under each lot. Please confirm which lot/s you would have an interest in when submitting an expression of interest. Lots: • H&S • P&E • Process Safety • Technical • Vehicle Subcategories per lot: H&S: - First Aid & Fire - General - H&S Leadership - Hazardous Substances - Personal Safety P&E: - Hazardous Substances - Mobile Plant - Tools & Equipment - Waste Water Process Safety: - H&S Leadership - Personal Safety - Process Safety - Waste Water • Technical: - Clean Water - Electrical - Hot Works - Mobile Plant - Personal Safety - Waste Water • Vehicle: - Driver - Hazardous Substances Please send expressions of interest via email to calum.forbes-mcdade@yorkshirewater.co.uk
£3,000,000
Contract value
Yorkshire Water Services (YWS) is intending to put in place a Framework for the delivery of low cost, low risk and low complexity, civils works. The works are to be carried out across the entire YWS estate, which may include Clean & Waste Water Treatment sites and surrounding catchment land, network areas and car parks. All designs for any works within the Framework will be provided by YWS and there is no requirement for a CDM Principal Designer at any stage. The framework is divided into 2 Lots. For all works within Lot 1: These will be split into regions, based on concentration of works and YWS owned land. Regions are defined as: 1. North Yorkshire 2. East Riding of Yorkshire 3. West Yorkshire 4. South Yorkshire YWS are seeking suppliers who can cover a range of trades. The scope of works proposed to be delivered under the Framework will be small scale and responsive works, which may include, but are not limited to: A. General Works: Preparatory / preliminary works and site establishment facilities. B. Siteworks: Earthworks including simple excavations, trial pits, ground level reinstatement / regrading and removal of spoil. Minor demolition, dismantling and removal of existing small structures (Below the threshold where work would require a Building Act 1984: Section 80 Demolition Notice). Site access road repairs and minor modifications including pavements, hardstanding areas, kerbs, drainage features, steps, road markings and signs (excluding public highways). Fences (timber, rail, post and wire), gates and masonry / drystone walls. C. Concrete Works: Concrete plinths / bases for kiosks, motor control centres, chemical dosing skids, pumps and other plant items. Mass (unreinforced) concrete structures. Simple below ground structures such as manholes, valve chambers, cable draw pits and pipe thrust blocks. Concrete / masonry cutting and coring. D. Pipework: Gravity process pipework repairs and minor modifications to existing pipework. Drainage pipework including new pipework and repairs/modifications to existing pipework. Below ground cable ducts. E. Building Works: Brickwork and blockwork construction. Building works including brickwork and blockwork repairs and modifications. Roofing repairs, door frame installation, waterproofing, painting and decorating. Timber and joinery work. Non-structural concrete surface repairs and coatings, metal corrosion repairs and application of corrosion protection products. For works within Lot 2: This will include all of the roles and responsibilities within Lot 1, with an expectation that contractors are able to cover the entire Yorkshire Region. Works within Lot 2 will also have a requirement for appointing a CDM Principal Contractor and the ability to subcontract work. The final award of lots is at YWS discretion, based on the offer that represents the Most Economically Advantageous Tender To express an interest and be invited to qualify for the process, please contact David Archer at david.archer@yorkshirewater.co.uk. Following the closing of the Contract Notice, all suppliers that have expressed an interest to qualify will be sent the Qualification Documents
Value undisclosed
This notice is seeking expressions of interest for the establishment of a Framework Agreement for Asbestos Management related to: Waste Water, Clean Water, Facilities Offices, Domestic and Agricultural Properties. This framework agreement is envisaged to be the primary route for selecting suppliers for the delivery of the selected Asbestos Management services for the duration of the agreement. Any estimated quantities or values contained or referred to in this or other documentation are for guidance only and do not bind YWS to buy any specific quantities should the bidder be successful and enter into an Agreement. Successful suppliers will work alongside Yorkshire Water Services (YWS) to provide services in the areas of Asbestos Inspection, Remedial and Associated Services. Yorkshire Water has a Statutory obligation to comply with the Control of Asbestos Regulations 2012. For the avoidance of doubt, suppliers DO NOT need to deliver services in all Lots to submit a response to this tender. Procurement Process: To express an interest in participating in the tender, please contact Ramya Ramalingan (ramya.ramalingan@yorkshirewater.co.uk) through email by 17:00 (GMT) on 21st July 2023. Once a bidder expresses an interest, the Invitation to Qualify (ITQ) document pack will be shared with them. This will include the ITQ document that must be completed by all bidders and submitted on Ariba by 28th July 2023. All clarifications should be submitted on Ariba and can also be emailed to Ramya Ramalingan (ramya.ramalingan@yorkshirewater.co.uk) by 17:00 (GMT) on 24th July 2023. YWS will periodically consolidate clarifications that would be relevant to everyone and share the response to these with all bidders anonymously. Following an assessment of responses received for the ITQ, successful suppliers will be invited to participate in the ITT. This is planned for late July but is subject to change based on YWS discretion.
£2,000,000
Contract value
This notice is seeking expressions of interest for the establishment of an Agreement for the provision of sludge treatment and disposal services during 2025-2030. This agreement is envisaged to be the primary route for selecting suppliers for the provision of 5,000 TDS annual sludge treatment and disposal capacity for the duration of the agreement. Any estimated quantities or values contained or referred to in this or other documentation are for guidance only and do not bind Yorkshire Water Services (referenced 'YWS' herein) to buy any specific quantities should the bidder be successful and enter into an Agreement. Process: In the first instance the expression of interests to participate must be submitted via email to Con Metcalf and Rui Santos (con.metcalf@yorkshirewater.co.uk / rui.santos@yorkshirewater.co.uk) ITQs for pre-qualification will be issued to the bidders upon a receipt of an expression of interest. The bidders will then be assessed over two stages: First stage - Qualification: All bidders will be assessed from a capability perspective at the beginning of the process (ITQ). Bidders will need to provide evidence of their capabilities for each lot they intend to bid for, among other qualitative questions. YWS might conduct reference checks with the relevant stakeholders. Scoring criteria for each of the ITQ questions will be shared alongside the questionnaire. Bidders that do not meet the minimum criteria, will be excluded from the process at this stage. Second stage - Invitation To Tender (ITT): YWS will evaluate suppliers for each lot they intend to bid for from a qualitative and commercial perspective. Overall scoring criteria will be shared alongside the procurement documentation.
£9,500,000
Contract value
Tender Description: This notice is seeking expressions of interest for the establishment of a Framework Agreement for the replacement of the current fleet of trucks / specialist vehicles during 2025-2030. This framework agreement is envisaged to be the primary route for selecting suppliers for the replacement of the selected trucks / specialist vehicles for the duration of the agreement. Any estimated quantities or values contained or referred to in this or other documentation are for guidance only and do not bind Yorkshire Water Services (referenced 'YWS' herein) to buy any specific quantities should the bidder be successful and enter into an Agreement. Successful suppliers will work alongside YWS to provide the replacement of existing trucks / specialist vehicles which are split into different lots reflecting each vehicle category. This activity represents a key initiative for YWS to meet its 2030 sustainability targets. This procurement intends to place a framework agreement for a five-year initial term with the potential to extend for up to additional 2 years (5 + 2, with a total estimated value (excluding VAT) of £50,000,000 GBP over the 7 years. The annual estimated value is around £7,142,857 GBP. Securing a framework agreement does not grant suppliers any guarantee of work but will enable the supplier to bid for individual pieces of work over the next 5 to 7 years. For the avoidance of doubt, suppliers DO NOT need to deliver vehicles in all lots to submit a response to this tender. For each lot there is an option to provide a quote for any / all the following fuel options: Diesel, Bio-CNG, electric, hybrid and hydrogen. It is key that suppliers include all cost components such as chassis cost, body cost, infrastructure cost (in case of EV vehicles), maintenance and in the case of new bodies, the cost of employee training and operation downtime. Procurement Process: 1) An expression of interest (EOI) to participate must be submitted via email to Pedro Martins and Constantine Metcalf (pedro.martins@yorkshirewater.co.uk / constantine.metcalf@yorkshirewater.co.uk). 2) A Selection Questionnaire (SQ) for pre-qualification will be issued to the bidders upon a receipt of an EOI. Bidders will need to provide evidence of their capabilities among other qualitative questions. YWS might conduct reference checks with the relevant stakeholders. Scoring criteria for each of the SQ questions will be shared alongside the questionnaire. Bidders that do not meet the minimum criteria, will be excluded from the process at this stage. 3) An Invitation To Tender (ITT) will follow. YWS will evaluate suppliers for each lot they intend to bid for from a qualitative and commercial perspective. To foster competition and to have better service coverage YWS reserves the right to have the framework agreement with a manageable number of companies covering each lot which will form the scope of the tender. Overall scoring criteria will be shared alongside the procurement documentation. Award Criteria: Work within the framework will be awarded based on mini competition within a sub-set of the framework suppliers, defined by the qualifications that best fit with the specific lot being competed. Bidders that haven't qualified for a specific lot will not be considered in the mini competitions concerning that specific lot. YWS unconditionally reserves the right to suspend and/or cancel this procurement process at any point at its sole discretion and without any liability. YWS unconditionally reserves the right to cancel, merge, amend any lot, and/or make no award under this procurement process. If required, YWS unconditionally reserves the right to perform an annual assessment on each specialist lot scope and its suppliers with the objective of re-qualifying suppliers across the lots within the framework, without a requirement to re-tender the framework.
£50,000,000
Contract value
Yorkshire Water (YW) is seeking to procure two Non-Infrastructure Framework Agreements to support the delivery of its AMP8 capital investment programme. Each Framework will include between 3 and 6 delivery partners: Lot 1: Non-Infrastructure Complex Works £600m (AMP8) Lot 2: Non-Infrastructure Minor Works £150m (AMP8) The above values are estimates only and Yorkshire Water gives no guarantee as to the actual value of each Lot. The AMP8 regulatory period will run from April 2025 to March 2030. The services procured under these framework agreements include, but are not limited to, design, construction, civil engineering, and process works, (encompassing mechanical, electrical, instrumentation and telemetry). The framework will include an element of programme management, progress and performance reporting, quality management and commissioning. Individual projects and programmes of work on the Complex Framework will typically range from £1m to £35m with most in the middle of this range. (Programmes of similar work may be collated to form tranches) There will be no upper threshold for the value of projects and programmes which may be awarded through the framework. Individual projects and programmes of work on the Minor Works Framework will typically range from £100k to £1m with most in the middle of this range. (Programmes of similar work may be collated to form tranches).
£1,500,000,000
Contract value
Yorkshire Water (YW) is seeking to procure a Storm Overflow Alliance to support the delivery of its AMP8 capital investment programme. The AMP8 regulatory period will run from April 2025 to March 2030. This will cover, but not be limited to, design, civil engineering works and process works (including mechanical, electrical, instrumentation and telemetry) as well as scope and programme change management, progress and performance reporting, quality management and commissioning. The Alliance Agreement will include the option of extension for AMP9 requirements at the discretion of YW. Alliance partners are required primarily to provide expertise, guidance, support and resources in design, planning, management, and delivery of assets associated with combined sewer overflows. This will include new assets, renewals, modification, maintenance, and refurbishment. Alliance partners may also be required to provide expertise, guidance, support and resources in design, planning, management, and delivery of extensions to water networks, sewerage networks and sewer rehabilitation works, and pumping stations. YW is compiling its strategy for PR24, working in collaboration with stakeholders and regulators to confirm the capital projects and programmes that will need to be undertaken, and the investment available. It is anticipated the main tranches of work will be Storm Overflow Programme outputs. Project delivery may be required prior to the start of the regulatory period, Yorkshire Water anticipates instructing work to be carried out before the start of AMP8 to assist the transition from the current AMP7 programme into the next regulatory programme.
£1,300,000,000
Contract value
We hereby invite expressions of interest for the establishment of a Supply Agreement encompassing Gas Oil, Industrial Heating Oil (IHO), Diesel, Kerosene, and Hydrotreated Vegetable Oil (HVO). The tender will be divided into two distinct lots: Lot 1 for Gas Oil, Industrial Heating Oil, Diesel, and Kerosene; and Lot 2 exclusively for Hydrotreated Vegetable Oil (HVO). This tender process will serve as the primary method for selecting qualified suppliers who will be entrusted with the responsibility of delivering the specified fuels throughout the duration of the agreement. Please be aware that any estimated quantities or values provided in this or other associated documentation are purely for guidance purposes. They do not impose any obligation on the organization to purchase specific quantities in the event that a bidder is successful and enters into an Agreement.
£5,000,000
Contract value
We hereby invite expressions of interest for the establishment of a Supply Agreement encompassing a comprehensive range of Personal Protective Equipment (PPE) and Clothing. This tender will not be divided into separate lots and will cover all necessary PPE and clothing items required. The purpose of this tender process is to select qualified suppliers who can effectively and efficiently deliver high-quality PPE and clothing throughout the duration of the agreement. Please note that any estimated quantities or values provided in this, or other associated documentation are for guidance purposes only. They do not impose any obligation on the organization to purchase specific quantities if a bidder is successful and enters into an Agreement. Interested suppliers are encouraged to submit their expressions of interest in accordance with the instructions provided in the tender documents. We eagerly await proposals from qualified suppliers who can meet our PPE and clothing requirements to the highest standards.
£3,000,000
Contract value
Showing 1–20 of 69 contracts