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 Award Notice

Chemical Investigation Programme 4

  • First published: 17 June 2025
  • Last modified: 17 June 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

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-02874b
Published by:
Dwr Cymru Cyfyngedig
Authority ID:
AA1175
Publication date:
17 June 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Dŵr Cymru Cyfyngedig (DCC) is gearing up for its new Chemical Investigations Programme which is the fourth tranche of investigations required by DEFRA, Welsh Government, the Environment Agency and Natural Resources Wales in order to assess the presence of specific chemical pollutants and emerging chemical risks to the environment.

DCC is seeking to appoint a single supplier to support its full programme of requirements over the next 6 years.

The appointed supplier will be required to:

* Provide sample bottles for each determinant group as required in the technical specification and site-specific driver, including any required fixants.

* Provide flexibility, in the event of resampling and rescheduling.

* Collect samples from the designated DCC depot sample drop off point within the preservation window. The depot location will be agreed with the supplier, but this is likely to be Pear Tree Depot (Junction 32 M4) and Bretton Water Treatment Works, Flintshire.

* Provide highly accurate and timely sample analysis for all required determinants within the preservation window, using accredited techniques.

* Use the indicative Limits of Detection provided by the Environment Agency.

* Comply with the Limits of Detection (LODs).

* Use accredited laboratory techniques and undergo independent proficiency testing. Proficiency testing will be administered on behalf of the collective Water and Sewerage Companies (WaSCs) by UK Water Industry Research Ltd (UKWIR) and their chosen partner.

* Where substances have been identified as technical mixtures, for example, the polybrominated diphenyl ethers, 76 to 78, the expectation is that, as a minimum, the key congeners within these products would be reported individually and as a total. For example, all six WFD polybrominated diphenyl ether congeners shall be reported.

* Where trace elements have been reported in the format ‘cadmium (dissolved, total)’, the expectation is that both the total and dissolved concentrations of a sample will be reported.

* The supplier shall provide performance test data for effluents for all determinants for which they provide data to the CIP; the principal performance test data shall comprise an NS30-style set (NS30, 1989) of tests of eleven batches of duplicate analyses of blanks, low and high standards and low and high spiked samples of effluent. Spiking recovery data (spikes shall be at least 3x the unspiked value but not excessively high in relation to the levels of interest in the matrix concerned) are required in river and influent matrices as well as in effluent. LOD estimates (11 degrees of freedom) for river and effluent matrices are also requested.

* Supply data in the agreed template set out by DCC with the option to supply raw data in addition.

* The supplier shall commit to and document a chain of custody for each sample.

* The supplier shall submit summary data relating to routine Quality Control (QC).

* The supplier shall adhere to all guidance laid out in the technical specification written by the UK environmental regulators.

Full notice text

Contract award notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Dwr Cymru Cyfyngedig

Fortran Road, St Mellons

Cardiff

CF3 0LT

UK

Telephone: +44 2920740450

E-mail: Joanna.Bryant@dwrcymru.com

NUTS: UKL

Internet address(es)

Main address: https://dwrcymru-welshwater.bravosolution.co.uk

Address of the buyer profile: https://dwrcymru-welshwater.bravosolution.co.uk

I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Chemical Investigation Programme 4

Reference number: DCWW1897

II.1.2) Main CPV code

71900000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Dŵr Cymru Cyfyngedig (DCC) is gearing up for its new Chemical Investigations Programme which is the fourth tranche of investigations required by DEFRA, Welsh Government, the Environment Agency and Natural Resources Wales in order to assess the presence of specific chemical pollutants and emerging chemical risks to the environment.

DCC is seeking to appoint a single supplier to support its full programme of requirements over the next 6 years.

The appointed supplier will be required to:

* Provide sample bottles for each determinant group as required in the technical specification and site-specific driver, including any required fixants.

* Provide flexibility, in the event of resampling and rescheduling.

* Collect samples from the designated DCC depot sample drop off point within the preservation window. The depot location will be agreed with the supplier, but this is likely to be Pear Tree Depot (Junction 32 M4) and Bretton Water Treatment Works, Flintshire.

* Provide highly accurate and timely sample analysis for all required determinants within the preservation window, using accredited techniques.

* Use the indicative Limits of Detection provided by the Environment Agency.

* Comply with the Limits of Detection (LODs).

* Use accredited laboratory techniques and undergo independent proficiency testing. Proficiency testing will be administered on behalf of the collective Water and Sewerage Companies (WaSCs) by UK Water Industry Research Ltd (UKWIR) and their chosen partner.

* Where substances have been identified as technical mixtures, for example, the polybrominated diphenyl ethers, 76 to 78, the expectation is that, as a minimum, the key congeners within these products would be reported individually and as a total. For example, all six WFD polybrominated diphenyl ether congeners shall be reported.

* Where trace elements have been reported in the format ‘cadmium (dissolved, total)’, the expectation is that both the total and dissolved concentrations of a sample will be reported.

* The supplier shall provide performance test data for effluents for all determinants for which they provide data to the CIP; the principal performance test data shall comprise an NS30-style set (NS30, 1989) of tests of eleven batches of duplicate analyses of blanks, low and high standards and low and high spiked samples of effluent. Spiking recovery data (spikes shall be at least 3x the unspiked value but not excessively high in relation to the levels of interest in the matrix concerned) are required in river and influent matrices as well as in effluent. LOD estimates (11 degrees of freedom) for river and effluent matrices are also requested.

* Supply data in the agreed template set out by DCC with the option to supply raw data in addition.

* The supplier shall commit to and document a chain of custody for each sample.

* The supplier shall submit summary data relating to routine Quality Control (QC).

* The supplier shall adhere to all guidance laid out in the technical specification written by the UK environmental regulators.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Lowest offer:   / Highest offer:  

II.2) Description

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Chemical Investigation Programme 4

II.2.5) Award criteria

Quality criterion: Chemical Investigation Programme / Weighting: 15

Quality criterion: Health & Safety / Weighting: 10

Quality criterion: Resourcing / Weighting: 5

Quality criterion: Reporting / Weighting: 10

Quality criterion: Timescales / Weighting: 10

Quality criterion: Sustainability / Weighting: 10

Price / Weighting:  40

II.2.11) Information about options

Options: Yes

Description of options:

The agreement will be for an initial 5 year period with the option to extend for a further

1 year at the sole discretion of DCC. This means a possible total duration of 6 years if all options are taken.

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.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-000004

Section V: Award of contract

Contract No: DCWW1897

Title: Chemical Investigation Programme 4

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

31/03/2025

V.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

ALS Laboratories (UK) Ltd

Torrington Avenue

Coventry

CV4 9GU

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 899 581.78  GBP / Highest offer: 1 135 559.80  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Dwr Cymru Cyfyngedig

Fortran Road, St Mellons

Cardiff

CF3 0LT

UK

Internet address(es)

URL: www.dwrcymru.com

VI.5) Date of dispatch of this notice

09/06/2025

Coding

Commodity categories

ID Title Parent category
71900000 Laboratory services Architectural, construction, engineering and inspection services

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:
Joanna.Bryant@dwrcymru.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.