Tender

Strategic Waste Management

  • Southern Water Services Ltd.

F05: Contract notice – utilities

Notice identifier: 2024/S 000-015292

Procurement identifier (OCID): ocds-h6vhtk-045972

Published 14 May 2024, 12:40pm



Section one: Contracting entity

one.1) Name and addresses

Southern Water Services Ltd.

Southern House

Worthing

BN13 3NX

Email

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