Tender

NWL Tankering Framework

  • NORTHUMBRIAN WATER GROUP LIMITED

F05: Contract notice – utilities

Notice identifier: 2025/S 000-004430

Procurement identifier (OCID): ocds-h6vhtk-04dd68

Published 10 February 2025, 4:26pm



Section one: Contracting entity

one.1) Name and addresses

NORTHUMBRIAN WATER GROUP LIMITED

Northumbria House

DURHAM

DH15FJ

Contact

Lewis Timmins

Email

lewis.timmins@nwl.co.uk

Telephone

+44 7802676701

Country

United Kingdom

Region code

UKC - North East (England)

Companies House

04760441

Internet address(es)

Main address

https://www.nwl.co.uk/

Buyer's address

https://www.nwl.co.uk/

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://s1.ariba.com/

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NWL Tankering Framework

two.1.2) Main CPV code

  • 60182000 - Hire of industrial vehicles with driver

two.1.3) Type of contract

Services

two.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

two.1.5) Estimated total value

Value excluding VAT: £6,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Wastewater Tankering

Lot No

1

two.2.2) Additional CPV code(s)

  • 34144520 - Sewage tankers

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

1 extension of 36 months

two.2) Description

two.2.1) Title

Water Sludges Tankering

Lot No

2

two.2.2) Additional CPV code(s)

  • 34133100 - Tankers

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

1 extension of 36 months

two.2) Description

two.2.1) Title

NWG Grow Tankering

Lot No

3

two.2.2) Additional CPV code(s)

  • 34134200 - Tipper trucks

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

1 extension of 36 months

two.2) Description

two.2.1) Title

Rural Tankering

Lot No

4

two.2.2) Additional CPV code(s)

  • 34223000 - Trailers and semi-trailers

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

1 extension of 36 months


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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

three.1.2) Economic and financial standing

List and brief description of selection criteria

As stated in the procurement documents

Minimum level(s) of standards possibly required

As stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

As stated in the procurement documents

Minimum level(s) of standards possibly required

As stated in the procurement documents

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As stated in the procurement documents

three.1.6) Deposits and guarantees required

As stated in the procurement documents

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As stated in the procurement documents

three.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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 16

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

28 March 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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 six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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

six.4) Procedures for review

six.4.1) Review body

Northumbrian Water

Pity Me, Durham

Country

United Kingdom