Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
NORTHUMBRIAN WATER GROUP LIMITED
04760441
Northumbria House
DURHAM
DH15FJ
UK
Contact person: Lewis Timmins
Telephone: +44 7802676701
E-mail: lewis.timmins@nwl.co.uk
NUTS: UKC
Internet address(es)
Main address: https://www.nwl.co.uk/
Address of the buyer profile: https://www.nwl.co.uk/
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://s1.ariba.com/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://s1.ariba.com/
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
NWL Tankering Framework
II.1.2) Main CPV code
60182000
II.1.3) Type of contract
Services
II.1.4) Short description
NWL have a requirement for contractors to provide adhoc tankering services for the transportation of septic sludge, liquid sludge and/or cake sludge using a variety of vehicles including but not limited to rigid tankers, articulated tankers, artic tipper, 8-wheeler rigid body tanker, 8 wheeler rigid tipper, and tractors & barrel. These services will cover NWLs Northumbrian Water operating area only. Essex and Suffolk is not included.
The framework will be divided into the following lots:
2.3.1 LOT 1 - WASTEWATER TANKERING
• Suppliers must be able to meet a lead time of next day for any planned work
• Supplier must maintain a green status on the Operator Compliance Risk Score (OCRS)
• As waste water treatment is a continuous operation, communication and logistics support must be available 365 days a year and 24 hours a day.
• NWL Bioresources move sludge from NWL Sewage Treatment works to NWL Treatment Centres Howdon, Hendon & Bran Sands.
• Lot 1 covers a requirement for a 3rd party transport provider for us on an ad hoc basis and volumes will vary from week to week. NWL Bioresources predominantly hire 44T artics which can carry around 27 tonne of sludge.
• NWL Bioresources typically hire 1 to 2 tankers a week (Mon to Fri), but on some weeks we don't require any. On days tankers are hired they will each do around 5 loads a day for the full day.
• NWL Bioresources occasionally have a requirement for a rigid 32T vac tanker, but this is not on a frequent basis.
• Articulated Tankers with a minimum capacity 28 m3 (inclusive with 1 Driver)
• Articulated Tipper Trucks with a minimum capacity 28-30 tonne loads (inclusive of 1 Driver)
• Rigid Tankers with 14m3 to 18m3 capacity (inclusive with 1 Driver)
2.3.2 LOT 2 - WATER SLUDGES TANKERING
• Suppliers must be able to meet a lead time of next day for any planned work
• Suppliers must be able to provide 24-hour emergency call out.
• Suppliers must be capable of offering large fleet of vehicles equipped for all types of liquid sludge transport.
• Supplier must maintain a green status on the Operator Compliance Risk Score (OCRS)
• Supplier must be capable of undertaking a clean wash out of tankers and provides a clean wash out certificates for tankers undertaking duties on NWL water sites
• As water treatment is a continuous operation, communication and logistics support must be available 365 days a year and 24 hours a day.
• NWL Water Supply move water sludges from NWL Water Treatments Works to another WTWs for sludge treatment to be undertaken.
• Articulated Tankers with a minimum capacity 28 m3 (inclusive with 1 Driver)
2.3.3 LOT 3 - NWG GROW
• Suppliers must be able to meet a lead time of next day for any planned work
• Supplier must maintain a green status on the Operator Compliance Risk Score (OCRS)
• Rigid Tipper Trucks with a minimum capacity 18-20 tonne loads (inclusive of 1 Driver)
• Tractors and tipping trailer
o tractor & min 15 tonne tipping trailer
2.3.4 LOT 4 - RURAL TANKERING
• Suppliers must be able to meet a lead time of next day for any planned work
• Supplier must maintain a green status on the Operator Compliance Risk Score (OCRS)
• As water and waste water treatment is a continuous operation, communication and logistics support must be available 365 days a year and 24 hours a day.
• In the main a driver will be required to drive the tractor unit and trailer barrel to one of NWL remote wastewater sites to assist with tankering out from the site with emptying of primary and final tanks, and full site cleans with movement of any waste product transported to STW
• Requirement for emptying of NWL owned Septic tanks for transporting of waste into NWL STW.
• Provision of tractor and trailer across a range of barrel sizes including but not limited to:
o 10m3 tractor & barrel trailer
o 14m3 tractor & barrel trailer
o 16m3 tractor & barrel trailer
o 20m3 tractor & barrel trailer
II.1.5) Estimated total value
Value excluding VAT:
6 000 000.00
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
Wastewater Tankering
II.2.2) Additional CPV code(s)
34144520
II.2.3) Place of performance
NUTS code:
UKC
II.2.4) Description of the procurement
NWL have a requirement for contractors to provide adhoc tankering services for the transportation of septic sludge, liquid sludge and/or cake sludge using a variety of vehicles including but not limited to rigid tankers, articulated tankers, artic tipper, 8-wheeler rigid body tanker, 8 wheeler rigid tipper, and tractors & barrel. These services will cover NWLs Northumbrian Water operating area only. Essex and Suffolk is not included.
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: 36
This contract is subject to renewal: Yes
Description of renewals:
1 extension of 36 months
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
1 extension of 36 months
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
Water Sludges Tankering
II.2.2) Additional CPV code(s)
34133100
II.2.3) Place of performance
NUTS code:
UKC
II.2.4) Description of the procurement
NWL have a requirement for contractors to provide adhoc tankering services for the transportation of septic sludge, liquid sludge and/or cake sludge using a variety of vehicles including but not limited to rigid tankers, articulated tankers, artic tipper, 8-wheeler rigid body tanker, 8 wheeler rigid tipper, and tractors & barrel. These services will cover NWLs Northumbrian Water operating area only. Essex and Suffolk is not included.
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: 36
This contract is subject to renewal: Yes
Description of renewals:
1 extension of 36 months
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
1 extension of 36 months
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
NWG Grow Tankering
II.2.2) Additional CPV code(s)
34134200
II.2.3) Place of performance
NUTS code:
UKC
II.2.4) Description of the procurement
NWL have a requirement for contractors to provide adhoc tankering services for the transportation of septic sludge, liquid sludge and/or cake sludge using a variety of vehicles including but not limited to rigid tankers, articulated tankers, artic tipper, 8-wheeler rigid body tanker, 8 wheeler rigid tipper, and tractors & barrel. These services will cover NWLs Northumbrian Water operating area only. Essex and Suffolk is not included.
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: 36
This contract is subject to renewal: Yes
Description of renewals:
1 extension of 36 months
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
1 extension of 36 months
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
Rural Tankering
II.2.2) Additional CPV code(s)
34223000
II.2.3) Place of performance
NUTS code:
UKC
II.2.4) Description of the procurement
NWL have a requirement for contractors to provide adhoc tankering services for the transportation of septic sludge, liquid sludge and/or cake sludge using a variety of vehicles including but not limited to rigid tankers, articulated tankers, artic tipper, 8-wheeler rigid body tanker, 8 wheeler rigid tipper, and tractors & barrel. These services will cover NWLs Northumbrian Water operating area only. Essex and Suffolk is not included.
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: 36
This contract is subject to renewal: Yes
Description of renewals:
1 extension of 36 months
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
1 extension of 36 months
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As stated in the procurement documents
III.1.2) Economic and financial standing
List and brief description of selection criteria:
As stated in the procurement documents
Minimum level(s) of standards required:
As stated in the procurement documents
III.1.3) Technical and professional ability
List and brief description of selection criteria:
As stated in the procurement documents
Minimum level(s) of standards required:
As stated in the procurement documents
III.1.4) Objective rules and criteria for participation
As stated in the procurement documents
III.1.6) Deposits and guarantees required:
As stated in the procurement documents
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As stated in the procurement documents
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated in the procurement documents
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: 16
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:
28/03/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
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
Applicants are asked to note that this procurement process will be conducted electronically with all documents and communication being managed through the Northumbrian Water eSourcing Spend Management portal called 'Ariba'.
Expressions of interest for this tender must be sent to the e-mail address lewis.timmins@nwl.co.uk before the deadline date of 21st March 2025 at 12 noon. Once expression of interest has been received that contains the details below, applicants will be given access to the Ariba portal within 48 hours from request.
This portal will contain all the tender documents associated with this procurement that are available at the time. An email link will also be provided to the email address you provide to access the portal.
The deadline for return of the completed Tender is 28th March 2025 at 12 noon. When sending expression of interest, applicants must provide the following information:
1) Full company name
2) Main contact details of the person who will be given access to the Ariba portal - Name, job title, E mail address and telephone
VI.4) Procedures for review
VI.4.1) Review body
Northumbrian Water
Pity Me, Durham
UK
VI.5) Date of dispatch of this notice
10/02/2025