Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
SEVERN TRENT WATER LIMITED
02366686
2 St. Johns Street
COVENTRY
CV12LZ
UK
Contact person: Kimberley Jessop
Telephone: +44 7929083907
E-mail: kimberley.jessop@severntrent.co.uk
NUTS: UKG33
Internet address(es)
Main address: https://www.stwater.co.uk/
I.1) Name and addresses
Severn Trent Water Limited - Hafren Dyfrdwy
02366686
St Johns Street
Coventry
CV1 2LZ
UK
Contact person: Kimberley Jessop
Telephone: +44 7929083907
E-mail: kimberley.jessop@severntrent.co.uk
NUTS: UK
Internet address(es)
Main address: https://www.hdcymru.co.uk/
I.2) Joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://discovery.ariba.com/rfx/20364009
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://discovery.ariba.com/rfx/20364009
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://discovery.ariba.com/rfx/20364009
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Laboratory Tender - Analytical Services
Reference number: WS2060884215
II.1.2) Main CPV code
65130000
II.1.3) Type of contract
Services
II.1.4) Short description
The Labs Analytical Services cover all regulatory requirements for water sampling, testing and analysis for Severn Trent and Hafren Dyfrdwy. The contract is for wastewater testing, monitoring and retrieving data on our Wastewater & Soils samples.
Our sourcing proposal is to have 4 Lots which would each have one to two main supplier(s) to provide either all/or majority of the Regulatory & non-Regulatory requirements.
Lot 1 - Analytical Services (Soils)
Lot 2 - Analytical Services (Waste (Non-Regulated)
Lot 3 - Analytical Services (Wastewater & Sludge (Regulated)
II.1.5) Estimated total value
Value excluding VAT:
55 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
For all Lots in the tender, The Utilities reserve the right to nominate standby supplier status to the 2nd highest ranking supplier in each Lot The contracting entity reserves the right to award contracts combining the following lots or groups of lots
II.2) Description
Lot No: na
II.2.1) Title
na
II.2.2) Additional CPV code(s)
65100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
na
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
no lot 4 available
Lot No: 1
II.2.1) Title
Analytical Services (Soils)
II.2.2) Additional CPV code(s)
38900000
65100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Agricultural land must be sampled to assess the suitability of the land for the application of Biosolids (treated sewage sludge) or clarification sludge (from water treatment). Sampling for Biosolids applications is required before the initial application and then at intervals of 5, 10 & 20 years. The soil sampling depth and the analysis required will differ between these timeframes.
Sampling for clarification is before individual applications.
We currently take and analyse in the region of 7,000 soil samples per annum with each sample comprising 25 sub-samples taken from an area of up to 5 hectares. Sampling and Analysis needs to comply with the Code of Practice for Agricultural use of Sewage Sludge & Biosolids Assurance Scheme (BAS).
BAS requires soil samples to be collected by competent personnel, recording of the location of each soil sample (including the location of the sub samples), chain of custody, suitable transport and storage and for the analysis to be undertaken by a BAS approved laboratory.
Suppliers will provide an end-to-end service from sample request to supply of analysis results both electronically uploaded to Severn Trent's system (currently QUIS) plus supplier headed reports where required for submission to the Environment Agency
The service comprises:
Soil sampling
Analysis using BAS approved laboratory services
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
2 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Additional 3 years available in 12 month increments
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Analytical Services Waste (Regulated & Non - Regulated)
II.2.2) Additional CPV code(s)
38000000
65100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The Labs Analytical Services cover all regulatory requirements for water sampling, testing and analysis for ST and HD. The contract is fundamental to ST/HD as a business to enable wastewater testing, monitoring and retrieving data on our Wastewater & Soils samples. Lot 2 consists of water testing, sampling and analysis within the following: OSM & UWW, Landfill Monitoring, Trade Effluent & Formal Sampling, Tankered Waste, Investigatory Sample Analysis WWR & Bioresource, Pipeline Assessments, Settled Sewage & Sludge, Capital Schemes.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
3 900 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Additional 3 years extension in 12 month increments
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Analytical Services Waste Water (Regulated)
II.2.2) Additional CPV code(s)
38970000
65110000
65120000
65130000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Severn Trent requires the provision of a planned sampling service, provision and maintenance of the auto samplers and full analysis to fully comply with the Environment Agency's requirements for Operator Self-Monitoring (OSM) and Urban Waste Treatment (UWW) Regulations., along with HACCP & BAS on Sludge.
The Supplier will be responsible for ensuring that all necessary sampling activities are performed to an agreed programme, samples are submitted to the laboratory for analysis and results are communicated in full compliance with stipulated timescales. The Supplier will be responsible to Severn Trent for meeting the requirements and technical specification in respect of the Goods, Services and Works being provided.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
4 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Additional 3 years in 12 month increments
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 3
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
26/09/2024
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Suppliers to send detailed invoices to STW via SAP Ariba for e-invoicing etc
VI.4) Procedures for review
VI.4.1) Review body
Severn Trent Water
Coventry
UK
VI.5) Date of dispatch of this notice
06/09/2024