- Scope of the procurement
- Lot 1. West Region - Planned & Reactive Tankering & Waste Services
- Lot 2. Central Region - Planned & Reactive Tankering & Waste Services
- Lot 3. East Region - Planned & Reactive Tankering & Waste Services
- Lot 4. Secondary Tanker Suppliers
- Lot 5. Planned Tankering & Waste Services
- Lot 6. Reactive Tankering & Waste Services
- Lot 7. Specialist Waste Disposal (Likely Waste Brokers or Waste disposal firms)
- Lot 8. General Waste
- Lot 9. Planned Intersite Cake
- Lot 10. Digested Cake Biosolids Offsite
- Lot 11. Grits/Screenings
Section one: Contracting entity
one.1) Name and addresses
Southern Water Services Ltd.
Southern House
Worthing
BN13 3NX
rishabh.misra@southernwater.co.uk
Telephone
+44 7929181946
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://southernwater.bravosolution.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://southernwater.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://southernwater.bravosolution.co.uk
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
Strategic Waste Management
two.1.2) Main CPV code
- 90510000 - Refuse disposal and treatment
two.1.3) Type of contract
Services
two.1.4) Short description
Southern Water are seeking suppliers for the provision of planned and reactive intersite liquid sludge tankering, planned and reactive intersite raw sludge cake transfer, and onsite tankering services such as wet well cleaning, tank cleaning, tank emptying, jetting, lagoon cleaning, hazardous waste disposal, chemical disposal, and emergency incident response including street works.
Other services include General waste collection and disposal, planned and reactive grit and screenings collection and disposal, fly tipping & hazardous waste collection and disposal, reactive response to and management of pollution events etc.
Elements of the services are required 24 hours, 7 days a week.
Southern Water requires coverage across Sussex, Hampshire, Kent and the Isle of Wight.
The full list of lots are as follows:
Lot 1: West Region - Planned & Reactive Tankering & Waste Services
Lot 2: Central Region - Planned & Reactive Tankering & Waste Services
Lot 3: East Region - Planned & Reactive Tankering & Waste Services
Lot 4: Secondary Tanker Suppliers
Lot 5: Planned Tankering & Waste Services
Lot 6: Reactive Tankering & Waste Services
Lot 7: Specialist Waste Disposal (Waste Brokers or Specialist Waste Disposal Firms)
Lot 8: General Waste
Lot 9: Planned Intersite Cake
Lot 10: Digested Cake Biosolids Offsite
Lot 11: Grits/Screenings
Important: It is Southern Water’s intention to award to either Lots 1-4 or Lots 5-6. Southern Water plan to evaluate the two sets of Lots (Lots 1-4 and Lot 5-6) concurrently. The results should reveal to Southern Water which options will be most effective in terms of service provision and cost. We are mindful of this managing tender workloads for all parties, so we have kept the technical tender evaluation questions and the commercial bid sheet structure very similar across Lots 1-4 and Lots 5-6. Note that the planned Services elements in Lots 1-4 have been copied into Lot 5 and the reactive Service elements copied into Lot 6. Tenderers are encouraged to submit bids for Lots 1-4 and Lots 5-6 to ensure that their bid remains under consideration.
two.1.5) Estimated total value
Value excluding VAT: £1,097,790,000
two.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: 8
two.2) Description
two.2.1) Title
West Region - Planned & Reactive Tankering & Waste Services
Lot No
1
two.2.2) Additional CPV code(s)
- 90513600 - Sludge removal services
- 90513700 - Sludge transport services
- 90513800 - Sludge treatment services
- 90513900 - Sludge disposal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Southern Water is looking for one primary supplier to provide all tankering needs (planned and reactive tankering) for their region. They will be the priority supplier for the region and will agree to meet the tanker needs within SLA. The supplier within this lot will be supported by secondary supplier(s) in Lot 4 as needed. See detail above, it is Southern Water’s intention to award to either Lots 1-4 or Lots 5-6.
The Services require the collection, transfer and dispose of liquid waste arising from water and wastewater operational processes .
The Supplier will be required to collect, transport, and disposal of liquid waste from and between Southern Water sites, however, it may be necessary to collect from or dispose at third party facilities. The Supplier is responsible for the following activities on a planned and reactive (emergency) basis 24 hours per day, 365 days per year.
The Supplier shall provide all forms of Wastewater flow management to effectively manage flows on Southern Water’s wastewater pumping stations and/or gravity sewer network and/or pressurised rising mains during incidents in order to prevent sewage entering the environment or flooding private and/or commercial properties. Supplier provides ancillary waste services (e.g. traffic management, incident management, supervisory capabilities etc.)
Regional coverage - The supplier will be primarily responsible for the Hampshire and the Isle of Wight region. Note the Southern Water operating regions are not entirely aligned to county borders with a small overlap into other counties and therefore the supplier may be required to operate in bordering counties. In addition, as needed (e.g. for large tankering events, for operational efficiency, when other Southern Water suppliers cannot provide the required capacity etc.) the supplier will be asked to operate in the other primary Southern Water regions (i.e. Sussex and Kent).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £374,100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
4 + 4 (4 year initial term with option of 4 year extension)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Central Region - Planned & Reactive Tankering & Waste Services
Lot No
2
two.2.2) Additional CPV code(s)
- 90513600 - Sludge removal services
- 90513700 - Sludge transport services
- 90513800 - Sludge treatment services
- 90513900 - Sludge disposal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Southern Water is looking for one primary supplier to provide all tankering needs (planned and reactive tankering) for their region. They will be the priority supplier for the region and will agree to meet the tanker needs within SLA. The supplier within this lot will be supported by secondary supplier(s) in Lot 4 as needed. See detail above, it is Southern Water’s intention to award to either Lots 1-4 or Lots 5-6.
The Services require the collection, transfer and dispose of liquid waste arising from water and wastewater operational processes .
The Supplier will be required to collect, transport, and disposal of liquid waste from and between Southern Water sites, however, it may be necessary to collect from or dispose at third party facilities. The Supplier is responsible for the following activities on a planned and reactive (emergency) basis 24 hours per day, 365 days per year.
The Supplier shall provide all forms of Wastewater flow management to effectively manage flows on Southern Water’s wastewater pumping stations and/or gravity sewer network and/or pressurised rising mains during incidents in order to prevent sewage entering the environment or flooding private and/or commercial properties. Supplier provides ancillary waste services (e.g. traffic management, incident management, supervisory capabilities etc.)
Regional coverage - The supplier will be primarily responsible for the Sussex region. Note the Southern Water operating regions are not entirely aligned to county borders with a small overlap into other counties and therefore the supplier may be required to operate in bordering counties. In addition, as needed (e.g. for large tankering events, for operational efficiency, when other Southern Water suppliers cannot provide the required capacity etc.) the supplier will be asked to operate in the other primary Southern Water regions (i.e. Hampshire, Isle of Wight and Kent).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £290,850,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
4 + 4 (4 year initial term with option of 4 year extension)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
East Region - Planned & Reactive Tankering & Waste Services
Lot No
3
two.2.2) Additional CPV code(s)
- 90513600 - Sludge removal services
- 90513700 - Sludge transport services
- 90513800 - Sludge treatment services
- 90513900 - Sludge disposal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Southern Water is looking for one primary supplier to provide all tankering needs (planned and reactive tankering) for their region. They will be the priority supplier for the region and will agree to meet the tanker needs within SLA. The supplier within this lot will be supported by secondary supplier(s) in Lot 4 as needed. See detail above, it is Southern Water’s intention to award to either Lots 1-4 or Lots 5-6.
The Services require the collection, transfer and dispose of liquid waste arising from water and wastewater operational processes .
The Supplier will be required to collect, transport, and disposal of liquid waste from and between Southern Water sites, however, it may be necessary to collect from or dispose at third party facilities. The Supplier is responsible for the following activities on a planned and reactive (emergency) basis 24 hours per day, 365 days per year.
The Supplier shall provide all forms of Wastewater flow management to effectively manage flows on Southern Water’s wastewater pumping stations and/or gravity sewer network and/or pressurised rising mains during incidents in order to prevent sewage entering the environment or flooding private and/or commercial properties. Supplier provides ancillary waste services (e.g. traffic management, incident management, supervisory capabilities etc.)
Regional coverage - The supplier will be primarily responsible for the Kent region. Note the Southern Water operating regions are not entirely aligned to county borders with a small overlap into other counties and therefore the supplier may be required to operate in bordering counties. In addition, as needed (e.g. for large tankering events, for operational efficiency, when other Southern Water suppliers cannot provide the required capacity etc.) the supplier will be asked to operate in the other primary Southern Water regions (i.e. Hampshire, Isle of Wight and Sussex).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £146,260,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
4 + 4 (4 year initial term with option of 4 year extension)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Secondary Tanker Suppliers
Lot No
4
two.2.2) Additional CPV code(s)
- 90513600 - Sludge removal services
- 90513700 - Sludge transport services
- 90513800 - Sludge treatment services
- 90513900 - Sludge disposal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
For lot 4, Southern Water is looking for a pool of tanker suppliers to be engaged when the primary regional suppliers (lots 1-3) cannot provide required capacity or above an agreed volume threshold. See detail above, it is Southern Water’s intention to award to either Lots 1-4 or Lots 5-6.
Where applicable, suppliers may be asked to provide rates for ancillary waste services also.
The Services require the collection, transfer and dispose of liquid waste arising from water and wastewater operational processes .
The Supplier will be required to collect, transport, and disposal of liquid waste from and between Southern Water sites, however, it may be necessary to collect from or dispose at third party facilities. The Supplier is responsible for the following activities on a planned and reactive (emergency) basis 24 hours per day, 365 days per year.
The Supplier shall provide all forms of Wastewater flow management to effectively manage flows on Southern Water’s wastewater pumping stations and/or gravity sewer network and/or pressurised rising mains during incidents in order to prevent sewage entering the environment or flooding private and/or commercial properties. Supplier provides ancillary waste services (e.g. traffic management, incident management, supervisory capabilities etc.)
Regional coverage - The supplier will be engaged in any region across Southern Water’s network
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £109,300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
4 + 4 (4 year initial term with option of 4 year extension)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Planned Tankering & Waste Services
Lot No
5
two.2.2) Additional CPV code(s)
- 90513600 - Sludge removal services
- 90513700 - Sludge transport services
- 90513800 - Sludge treatment services
- 90513900 - Sludge disposal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Under this Lot, Southern Water is looking for suppliers to carry out all “Planned” tankering needs across the total Southern Water region. This predominately includes planned intersite sludge movements, wet well cleans, tank cleans and also other scheduled and proactive tanker needs. See detail above, it is Southern Water’s intention to award to either Lots 1-4 or Lots 5-6.
The Services require the collection, transfer and dispose of liquid waste arising from water and wastewater operational processes .
The Supplier will be required to collect, transport, and disposal of liquid waste from and between Southern Water sites, however, it may be necessary to collect from or dispose at third party facilities.
Regional coverage - The supplier will be engaged across all Southern Water regions
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £89,410,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
4 + 4 (4 year initial term with option of 4 year extension)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Reactive Tankering & Waste Services
Lot No
6
two.2.2) Additional CPV code(s)
- 90513600 - Sludge removal services
- 90513700 - Sludge transport services
- 90513800 - Sludge treatment services
- 90513900 - Sludge disposal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Under this lot Southern Water will be looking for a pool of suppliers to manage its overall reactive tankering demand. Southern Water may require reactive tankering Services on any of Southern Water’s Sites or anywhere on Southern Water’s network. The Supplier will have the capability of providing an emergency response to a request for reactive tankering Services from Southern Water (24/7/365) to mitigate potential pollution incidents on Sites. Reactive tankering events may result from burst rising mains, site spillages, pollution events etc.
See detail above, it is Southern Water’s intention to award to either Lots 1-4 or Lots 5-6.
The Supplier shall provide all forms of Wastewater flow management to effectively manage flows on Southern Water’s wastewater pumping stations and/or gravity sewer network and/or pressurised rising mains during incidents in order to prevent sewage entering the environment or flooding private and/or commercial properties. Supplier provides ancillary waste services (e.g. traffic management, incident management, supervisory capabilities etc.)
Regional coverage - The supplier will be engaged across all Southern Water regions
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £831,110,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
4 + 4 (4 year initial term with option of 4 year extension)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Specialist Waste Disposal (Likely Waste Brokers or Waste disposal firms)
Lot No
7
two.2.2) Additional CPV code(s)
- 03416000 - Wood waste
- 19600000 - Leather, textile, rubber and plastic waste
- 19640000 - Polythene waste and refuse sacks and bags
- 34928480 - Waste and rubbish containers and bins
- 44613800 - Containers for waste material
- 79723000 - Waste analysis services
- 90500000 - Refuse and waste related services
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Requirement for waste brokers or specialist waste disposers to manage the disposal of “specialist wastes" arising from the water and wastewater treatment operation.
Typical waste streams within the scope of this service brief include (non exhaustive list):
o Waste electrical and electronic equipment (WEEE)
o Petro-chemicals
o Oil contaminated sewage
o Spent gas canisters
o Spent chemical IBCs
o Asbestos waste
o Fly tipped waste
o Cold digested wastewater sludge
o Sewage grit and screenings, and gross solids
The supplier may be asked to provide transport services, however not before the disposal options have been assessed and approved by Southern Water planners
The Service Provider is responsible for the following activities on a planned and reactive (emergency) basis 24 hours per day, 365 days per year.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £25,940,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
4 + 4 (4 year initial term with option of 4 year extension)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
General Waste
Lot No
8
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 44613600 - Wheeled containers
- 44613800 - Containers for waste material
- 90511000 - Refuse collection services
- 90514000 - Refuse recycling services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The activity predominantly involves the collection, transportation and disposal of general waste arising from offices, sundry building work and business activities associated with the supply of water and treatment of wastewater. The Service Provider is responsible for the following activities on a planned basis.
The waste may derive from offices, building or demolition work, from excavations and from maintenance of Water Industry facilities.
The waste is mixed municipal waste, including paper and cardboard, glass, plastics, metals, wood and electrical and electronic equipment. The waste may contain pipes used for water supply or sewers, as well as waste from mess room facilities. The waste may also contain used protective clothing
Regional coverage - The supplier will be engaged across all Southern Water regions
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
4 + 4 (4 year initial term with option of 4 year extension)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Planned Intersite Cake
Lot No
9
two.2.2) Additional CPV code(s)
- 90513700 - Sludge transport services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The activity predominantly involves the collection and transportation of dewatered sludge cake from and between Southern Water sites, however, it may be necessary as part of the operation to dispose of some of the waste via third party outlets, for example landfill. The Service Provider is responsible for the following activities on a planned and reactive (emergency) basis 24 hours per day, 365 days per year.
It is important to distinguish between raw sewage sludge cake being the topic of this annex, and digested sewage sludge cake. Digested sewage sludge cake is not in scope for this service brief and instead is covered in Lot 10)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £24,660,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
4 + 4 (4 year initial term with option of 4 year extension)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Digested Cake Biosolids Offsite
Lot No
10
two.2.2) Additional CPV code(s)
- 90513600 - Sludge removal services
- 90513700 - Sludge transport services
- 90513800 - Sludge treatment services
- 90513900 - Sludge disposal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Southern Water produces up to 300,000 tonnes of Conventionally Treated Biosolids per year from 16 Sludge Treatment Centres (STCs), and up to 10,000 tonnes of Water Clarification Sludges from an additional 3 Water Supply Works (WSWs).
The Supplier will provide full sales, transport, and land recycling services for Biosolids and Water Clarification Sludges produced by Southern Water within operational regions on the UK mainland and the Isle of Wight.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £97,990,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
4 + 4 (4 year initial term with option of 4 year extension)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Grits/Screenings
Lot No
11
two.2.2) Additional CPV code(s)
- 44613600 - Wheeled containers
- 90510000 - Refuse disposal and treatment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The activity predominantly involves the collection, transportation and disposal of grit, screenings and debris arising from wastewater treatment processes The Service Provider is responsible for the following activities on a planned and reactive (emergency) basis 24 hours per day, 365 days per year.
Regional coverage - The supplier will be engaged across all Southern Water regions
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £24,760,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
4 + 4 (4 year initial term with option of 4 year extension)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
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
14 June 2024
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 July 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Southern Water
Worthing
Country
United Kingdom