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.

Contract Notice

Provision of sludge treatment and disposal services

  • First published: 24 June 2023
  • Last modified: 24 June 2023

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)

Contents

Summary

OCID:
ocds-h6vhtk-03dc03
Published by:
YORKSHIRE WATER SERVICES LIMITED
Authority ID:
AA80808
Publication date:
24 June 2023
Deadline date:
23 July 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Successful suppliers will work alongside YWS to provide sludge treatment and disposal services, which are split into different lots reflecting several levels of capacity provided. This activity represents a key initiative for YWS to ensure there is no sludge treatment and disposal capacity shortfall.

This procurement activity seeks to secure 5,000 TDS annual sludge treatment and disposal capacity for 5 years. The required service element will not include transporting sludge liquid and cake from any YWS dewatering/export sites.

This procurement intends to place an agreement for a five-year period, with a total estimated value (excluding VAT) of £9,500,000 over the 5 years. The annual estimated value is around £1,900,000.

For each lot there is an option to provide a quote for the level of expected capacity provided per annum. Lot 1 refers to non-committed volumes, where YWS seeks to secure more than 5,000TDS per annum.

It is key that suppliers include all cost components such as CAPEX, maintenance, chemical, liquor, disposal, energy and any other relevant cost component.

YWS shall reserve the right to award single or multiple lots in order to achieve the best overall commercial solution.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

YORKSHIRE WATER SERVICES LIMITED

YORKSHIRE WATER SERVICES LIMITED

Western House,Western Way, Buttershaw

BRADFORD

BD62SZ

UK

Contact person: Constantine Metcalf

Telephone: +44 7894394426

E-mail: constantine.metcalf@efficioconsulting.com

NUTS: UKE41

Internet address(es)

Main address: https://www.yorkshirewater.com/

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://www.yorkshirewater.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://service.ariba.com


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of sludge treatment and disposal services

II.1.2) Main CPV code

90513800

 

II.1.3) Type of contract

Services

II.1.4) Short description

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.

II.1.5) Estimated total value

Value excluding VAT: 9 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Capacity provided (per annum): Variable (non-committed volumes)

II.2.2) Additional CPV code(s)

45232422

90513600

90513900

II.2.3) Place of performance

NUTS code:

UKE


Main site or place of performance:

Yorkshire Region

II.2.4) Description of the procurement

Successful suppliers will work alongside YWS to provide sludge treatment and disposal services, which are split into different lots reflecting several levels of capacity provided. This activity represents a key initiative for YWS to ensure there is no sludge treatment and disposal capacity shortfall.

This procurement activity seeks to secure 5,000 TDS annual sludge treatment and disposal capacity for 5 years. The required service element will not include transporting sludge liquid and cake from any YWS dewatering/export sites.

This procurement intends to place an agreement for a five-year period, with a total estimated value (excluding VAT) of £9,500,000 over the 5 years. The annual estimated value is around £1,900,000.

For each lot there is an option to provide a quote for the level of expected capacity provided per annum. Lot 1 refers to non-committed volumes, where YWS seeks to secure more than 5,000TDS per annum.

It is key that suppliers include all cost components such as CAPEX, maintenance, chemical, liquor, disposal, energy and any other relevant cost component.

YWS shall reserve the right to award single or multiple lots in order to achieve the best overall commercial solution.

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

Lot No: 2

II.2.1) Title

Capacity provided (per annum): 100TDS

II.2.2) Additional CPV code(s)

45232422

90513600

90513900

II.2.3) Place of performance

NUTS code:

UKE


Main site or place of performance:

Yorkshire Region

II.2.4) Description of the procurement

As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.

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

Lot No: 3

II.2.1) Title

Capacity provided (per annum): 1,000TDS

II.2.2) Additional CPV code(s)

45232422

90513600

90513900

II.2.3) Place of performance

NUTS code:

UKE


Main site or place of performance:

Yorkshire Region

II.2.4) Description of the procurement

As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.

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

Lot No: 4

II.2.1) Title

Capacity provided (per annum): 1,500TDS

II.2.2) Additional CPV code(s)

45232422

90513600

90513900

II.2.3) Place of performance

NUTS code:

UKE


Main site or place of performance:

Yorkshire Region

II.2.4) Description of the procurement

As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.

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

Lot No: 5

II.2.1) Title

Capacity provided (per annum): 2,000TDS

II.2.2) Additional CPV code(s)

45232422

90513600

90513900

II.2.3) Place of performance

NUTS code:

UKE


Main site or place of performance:

Yorkshire Region

II.2.4) Description of the procurement

As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.

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

Lot No: 6

II.2.1) Title

Capacity provided (per annum): 2,500TDS

II.2.2) Additional CPV code(s)

45232422

90513600

90513900

II.2.3) Place of performance

NUTS code:

UKE


Main site or place of performance:

Yorkshire Region

II.2.4) Description of the procurement

As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.

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

Lot No: 7

II.2.1) Title

Capacity provided (per annum): 3,000TDS

II.2.2) Additional CPV code(s)

45232422

90513600

90513900

II.2.3) Place of performance

NUTS code:

UKE


Main site or place of performance:

Yorkshire Region

II.2.4) Description of the procurement

As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.

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

Lot No: 8

II.2.1) Title

Capacity provided (per annum): 4,000TDS

II.2.2) Additional CPV code(s)

45232422

90513600

90513900

II.2.3) Place of performance

NUTS code:

UKE


Main site or place of performance:

Yorkshire Region

II.2.4) Description of the procurement

As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.

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

Lot No: 9

II.2.1) Title

Capacity provided (per annum): 5,000TDS

II.2.2) Additional CPV code(s)

45232422

90513600

90513900

II.2.3) Place of performance

NUTS code:

UKE


Main site or place of performance:

Yorkshire Region

II.2.4) Description of the procurement

As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

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: 23/07/2023

Local time: 17:00

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.4) Procedures for review

VI.4.1) Review body

Yorkshire Water Services Limited

Bradford

BD6 2SZ

UK

VI.5) Date of dispatch of this notice

23/06/2023

Coding

Commodity categories

ID Title Parent category
90513900 Sludge disposal services Non-hazardous refuse and waste treatment and disposal services
90513600 Sludge removal services Non-hazardous refuse and waste treatment and disposal services
90513800 Sludge treatment services Non-hazardous refuse and waste treatment and disposal services
45232422 Sludge-treatment works 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:
constantine.metcalf@efficioconsulting.com
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.