Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

Closed Framework Agreement: Access to Quarries, Materials, Recycling Centres and Landfill Sites

  • First published: 28 July 2025
  • Last modified: 28 July 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04fc23
Published by:
Severn Trent Water Limited
Authority ID:
AA20571
Publication date:
28 July 2025
Deadline date:
22 August 2025
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This closed framework agreement covers the following:1. Lot 1: Quarries and Supply of Materials: this includes access to Quarries and Supply of Materials, including supply of any construction materials and aggregates, via either collection or delivery, and any other associated services and / or solutions the Supplier may provide, including, but not limited to; advisory services, carbon reduction assessments, added value services.2. Lot 2: Waste Management: this includes access to recycling centres for tipping of construction waste (either direct tipping or waste collection), access to landfill sites (all types) for tipping of construction waste (either direct tipping or waste collection), and any other associated services and / or solutions the Supplier may provide, including, but not limited to; waste advisory services, waste laboratory testing, waste treatment (including hazardous waste treatment), carbon reduction assessments, added value services.The requirements above initially will be to support Severn Trent's AMP 8 period and Mains Renewal programme, however there may be wider opportunities within Severn Trent and Hafren Dyfrdwy's organisation in the future which utilise this framework agreement. The Framework Agreement is split into 2 independent Lots as detailed below. The Lots are standalone. If a participant wishes to apply for both Lots in the procurement process, it should complete both the PQQ and RFP for both Lots. Bidders may apply for either or both of the Lots:• Lot 1 - Quarries and Supply of Materials• Lot 2 - Waste ManagementThere is no maximum number of successful suppliers that can be awarded to either Lot.This procurement description is for information only and further information can be found within the tender documents.The appointment of any bidder following this Procurement process is not exclusive. There is no guarantee of any minimum volume of work if a bidder is successful in being awarded a framework by the Contracting Authorities.

Full notice text

Scope

Procurement description

This closed framework agreement covers the following:

1. Lot 1: Quarries and Supply of Materials: this includes access to Quarries and Supply of Materials, including supply of any construction materials and aggregates, via either collection or delivery, and any other associated services and / or solutions the Supplier may provide, including, but not limited to; advisory services, carbon reduction assessments, added value services.

2. Lot 2: Waste Management: this includes access to recycling centres for tipping of construction waste (either direct tipping or waste collection), access to landfill sites (all types) for tipping of construction waste (either direct tipping or waste collection), and any other associated services and / or solutions the Supplier may provide, including, but not limited to; waste advisory services, waste laboratory testing, waste treatment (including hazardous waste treatment), carbon reduction assessments, added value services.

The requirements above initially will be to support Severn Trent's AMP 8 period and Mains Renewal programme, however there may be wider opportunities within Severn Trent and Hafren Dyfrdwy's organisation in the future which utilise this framework agreement.

The Framework Agreement is split into 2 independent Lots as detailed below. The Lots are standalone. If a participant wishes to apply for both Lots in the procurement process, it should complete both the PQQ and RFP for both Lots. Bidders may apply for either or both of the Lots:

• Lot 1 - Quarries and Supply of Materials

• Lot 2 - Waste Management

There is no maximum number of successful suppliers that can be awarded to either Lot.

This procurement description is for information only and further information can be found within the tender documents.

The appointment of any bidder following this Procurement process is not exclusive.

There is no guarantee of any minimum volume of work if a bidder is successful in being awarded a framework by the Contracting Authorities.

Main category

Services

Delivery regions

  • 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)
  • UKL - Wales

Total value (estimated)

125000000 GBP Including VAT

Contract dates (estimated)

13 December 2025, 00:00AM to 12 December 2026, 23:59PM

Extension end date (if all the extensions are used): 12 November 2030

Is a framework being established?

Yes

Contracting authority

SEVERN TRENT WATER LIMITED

Identification register:

  • GB-COH
  • GB-PPON

Address 1: Severn Trent Centre

Town/City: Coventry

Postcode: CV1 2LZ

Country: United Kingdom

Companies House: 02366686

NUTS code: UKG33

Contact name: Clarissa Pattinson

Email: Clarissa.Pattinson@severntrent.co.uk

Organisation type: Private utility

HAFREN DYFRDWY CYFYNGEDIG

Identification register:

  • GB-COH
  • GB-PPON

Address 1: Packsaddle Wrexham Road

Town/City: Wrexham

Postcode: LL14 4EH

Country: United Kingdom

Companies House: 03527628

NUTS code: UKL23

Contact name: Clarissa Pattinson

Email: Clarissa.Pattinson@severntrent.co.uk

Organisation type: Private utility

Devolved regulations that apply: Wales

Procedure

Procedure type

Open procedure

Is this procurement under a special regime?

Utilities

Is the total value above threshold?

Above threshold

Framework

Percentage fee charged to suppliers

0%

Type of framework

Open

Award method when using the framework

With and without reopening competition

Contracting authorities that may use the framework

A Utility may, at its sole discretion, permit an approved third party contractor ("Third Party Contractor") engaged by the Client, to utilise this Framework Agreement for the purpose of awarding a Call-Off Contract to a Supplier appointed under this Framework Agreement. A Third Party Contractor means a third party organisation that has been appointed by, engaged with by the Client to provide services out of scope of this Agreement, which the Client has expressly authorised to utilise this Agreement for award of a Call-Off Contract to the Supplier.

Framework operation description

Call-off contracts may be awarded either with or without competition via this framework agreement.

The tender documents below set out the direct award and mini competition criteria that will be used to award call-off contracts: 1. Joint Call for Competition Briefing Pack - PQQ and RFP

Pricing will be provided as part of Bidders tender responses per material / waste codes per tonne.

Lots

Divided into 2 lots

Lot 1 - Quarries and Supply of Materials

Lot number: 1

Description

The scope of this Lot includes supply of the following materials:

- Concrete

- Asphalt

- Aggregates

- Topsoil

- Sand and Gravel

- Type 1 Stone

- Reinstatement materials, including: DBM, HRA and SMA

- Any other material as required by a Client Site.

- Any other associated services and / or solutions the Supplier may provide, including, but not limited to; advisory services, carbon reduction assessments, added value services.

Materials may be required to be collected directly by Client logistics, or required to be delivered by Supplier logistics.

Suppliers may supply any or all of the construction materials within scope of this Lot and may provide delivery and/or accept collection.

The Supplier may operate one or multiple sites.

Suppliers may provide broker services for provision of materials, acting as an intermediary to facilitate the transaction for the supply of materials from third party suppliers / sites.

Further detail around the scope can be found within the Specification (2. Materials and Waste - Specification).

CPV classifications

  • 14200000 - Sand and clay
  • 14500000 - Related mining and quarrying products
  • 44100000 - Construction materials and associated items
  • 44900000 - Stone for construction, limestone, gypsum and slate

Delivery regions

  • 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)
  • UKL - Wales

Lot value (estimated)

109000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

13 December 2025, 00:00AM

Contract end date (estimated)

12 December 2026, 23:59PM

Extension end date (estimated)

12 November 2030, 23:59PM

Can the contract be extended?

Yes

Description of extensions

The initial term of the contract shall be one (1) year from the commencement date.

The contract may be extended by up to four (4) further years up to a maximum term of five (5) years in total.

The Client will be entitled to extend the term of this Agreement by one or more extension periods by serving an Extension Notice.

Expiry of this Agreement will not affect the continuation of any Call-Off Contracts which are in existence at the time of such expiry.

Description of how multiple lots may be awarded

The procurement is divided into Lots as detailed below. The Lots are standalone. If a bidder wishes to submit a response for more than one Lot in the procurement process, it should complete both the PQQ and RFP for both Lots.

Bidders may apply for either or both of the Lots:

• Lot 1 - Quarries and Supply of Materials

• Lot 2 - Waste Management

The Contracting Authorities will evaluate each bid for each Lot individually, and each Lot will be evaluated in its own right independently from the other Lot.

There is no limited number of suppliers who can be awarded to either Lot.

Participation

Conditions

Economic

Conditions of participation

The Legal and Financial conditions of participation are set out within the briefing pack (1. Joint Call for Competition Briefing Pack - PQQ and RFP).

Conditions

Economic

Conditions of participation

The Technical ability conditions of participation are set out within the briefing pack (1. Joint Call for Competition Briefing Pack - PQQ and RFP).

Award criteria

Type: quality

Name

Technical

Weighting: 80

Weighting type: percentageExact

Type: price

Name

Price

Weighting: 20

Weighting type: percentageExact

Lot 2 Requirements: Waste Management

Lot number: 2

Description

The scope of this Lot includes management of all types of construction site waste, including recyclable and non-recyclable, hazardous and non-hazardous waste.

This Lot requires Suppliers to operate at least one of the following types of waste sites:

- Recycling centers;

- Waste transfer stations;

- Inert Landfill Sites;

- Hazardous Landfill Sites;

- Stable-Non-Reactive Landfill Sites;

- Waste Treatment centers;

- Washplants; or

- Soil Remediation centers.

The scope of this Lot includes any type of waste produced by the Clients construction sites they may operate over the term, including (but not limited to) the following waste codes:

17 01 01

17 01 02

17 01 03

17 01 07

17 03 02

17 05 04

17 09 04

17 01 06*

17 03 01*

17 05 03*

17 09 03*

This Lot will also include (but is not limited to) the following associated services which may be provided by the Supplier:

- Waste management;

- Waste laboratory testing (all types of testing);

- Hazardous waste treatment (on or off Client site);

- Site clearance;

- Soil Remediation;

- Advice and guidance on waste management.

- Any other associated services and / or solutions the Supplier may provide, including, but not limited to; waste advisory services, waste laboratory testing, waste treatment (including hazardous waste treatment), carbon reduction assessments, added value services.

The Supplier may operate one or multiple Sites.

Suppliers may provide broker services for provision of tipping waste, acting as an intermediary to facilitate the transaction with a third party site.

CPV classifications

  • 44613700 - Refuse skips
  • 44613800 - Containers for waste material
  • 45232470 - Waste transfer station
  • 79723000 - Waste analysis services
  • 90500000 - Refuse and waste related services

Delivery regions

  • 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)
  • UKL - Wales

Lot value (estimated)

16000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

13 December 2025, 00:00AM

Contract end date (estimated)

12 December 2026, 23:59PM

Extension end date (estimated)

12 November 2030, 23:59PM

Can the contract be extended?

Yes

Description of extensions

The initial term of the contract shall be one (1) year from the commencement date.

The contract may be extended by up to four (4) further years up to a maximum term of five (5) years in total.

The Client will be entitled to extend the term of this Agreement by one or more extension periods by serving an Extension Notice.

Expiry of this Agreement will not affect the continuation of any Call-Off Contracts which are in existence at the time of such expiry.

Description of how multiple lots may be awarded

The procurement is divided into Lots as detailed below. The Lots are standalone. If a bidder wishes to submit a response for more than one Lot in the procurement process, it should complete both the PQQ and RFP for both Lots.

Bidders may apply for either or both of the Lots:

• Lot 1 - Quarries and Supply of Materials

• Lot 2 - Waste Management

The Contracting Authorities will evaluate each bid for each Lot individually, and each Lot will be evaluated in its own right independently from the other Lot.

There is no limited number of suppliers who can be awarded to either Lot.

Participation

Conditions

Economic

Conditions of participation

The Legal and Financial conditions of participation are set out within the briefing pack (1. Joint Call for Competition Briefing Pack - PQQ and RFP).

Conditions

Economic

Conditions of participation

The Technical ability conditions of participation are set out within the briefing pack (1. Joint Call for Competition Briefing Pack - PQQ and RFP).

Award criteria

Type: quality

Name

Technical

Weighting: 80

Weighting type: percentageExact

Type: price

Name

Price

Weighting: 20

Weighting type: percentageExact

Submission

Tender submission deadline

22 August 2025, 15:00PM

Enquiry deadline

01 August 2025, 17:00PM

Date of award of contract

10 November 2025, 23:59PM

Submission address and any special instructions

Lot 1 - https://discovery.ariba.com/rfx/23323257Lot 2 - https://discovery.ariba.com/rfx/23323312

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Coding

Commodity categories

ID Title Parent category
44100000 Construction materials and associated items Construction structures and materials; auxiliary products to construction (except electric apparatus
44613800 Containers for waste material Large containers
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
44613700 Refuse skips Large containers
14500000 Related mining and quarrying products Mining, basic metals and related products
14200000 Sand and clay Mining, basic metals and related products
44900000 Stone for construction, limestone, gypsum and slate Construction structures and materials; auxiliary products to construction (except electric apparatus
79723000 Waste analysis services Investigation services
45232470 Waste transfer station Ancillary works for pipelines and cables

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.