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