- Scope of the procurement
- Lot 1: West Region - Planned & Reactive Tankering & Waste Services. 1
- Lot 2: Central Region - Planned & Reactive Tankering & Waste Services. 2
- Lot 3: East Region - Planned & Reactive Tankering & Waste Services. 3
- Lot 4: Secondary Tanker Suppliers. 4
- Lot 7: Specialist Waste Disposal. 5
- Lot 8: General Waste. 6
- Lot 9: Planned Inter-site Cake. 7
- LOT 10: Digested Cake Biosolids Offsite. 8
- LOT 11: Grits/Screenings. 9
Section one: Contracting entity
one.1) Name and addresses
Southern Water Services Ltd.
Southern House
Worthing
BN13 3NX
connor.jordan@southernwater.co.uk
Telephone
+44 1903264444
Country
United Kingdom
Region code
UKJ - South East (England)
Internet address(es)
Main address
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
prj_4923_Strategic Waste Management
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
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.
Additionally, the marketing, sale, transport and, disposal of digested sewage sludge cake (Biosolids) is included.
Elements of the services are required 24 hours, 7 days a week.
Southern Water has sites across Sussex, Hampshire, Kent and the Isle of Wight.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,098,000,000
two.2) Description
two.2.1) Title
1
Lot No
Lot 1: West Region - Planned & Reactive Tankering & Waste Services
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
Activities include Liquid waste management arising from water and wastewater operational processes such as:
-Planned Intersite Sludge Tankering- collection, transportation and disposal of Liquid waste between SW facilities, and where necessary to third party facilities
-Planned Non-Routine Tankering- Additional tankering requirements for scheduled works on a semi-regular basis e.g. wet well cleaning, sludge line jetting, tank cleans etc.
-Reactive tankering in the case of emergencies 24 hours per day, 365 days per year
-Other services: Use of Skips and Roros (e.g. for transport of dewatered sludge cake), General waste, Grit and Screenings (collection and transport), Fly tipping, hazardous waste collection and other activities related to the management of waste, e.g. traffic management, sandbags, welfare units, in response to pollution events
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50%
Quality criterion - Name: Commercial / Weighting: 50%
Price - Weighting: 50%
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
2
Lot No
Lot 2: Central Region - Planned & Reactive Tankering & Waste Services
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
Activities include Liquid waste management arising from water and wastewater operational processes such as:
-Planned Intersite Sludge Tankering- collection, transportation and disposal of Liquid waste between SW facilities, and where necessary to third party facilities
-Planned Non-Routine Tankering- Additional tankering requirements for scheduled works on a semi-regular basis e.g. wet well cleaning, sludge line jetting, tank cleans etc.
-Reactive tankering in the case of emergencies 24 hours per day, 365 days per year
-Other services: Use of Skips and Roros (e.g. for transport of dewatered sludge cake), General waste, Grit and Screenings (collection and transport), Fly tipping, hazardous waste collection and other activities related to the management of waste, e.g. traffic management, sandbags, welfare units, in response to pollution events
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50%
Quality criterion - Name: Commercial / Weighting: 50%
Price - Weighting: 50%
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
3
Lot No
Lot 3: East Region - Planned & Reactive Tankering & Waste Services
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
Activities include Liquid waste management arising from water and wastewater operational processes such as:
-Planned Intersite Sludge Tankering- collection, transportation and disposal of Liquid waste between SW facilities, and where necessary to third party facilities
-Planned Non-Routine Tankering- Additional tankering requirements for scheduled works on a semi-regular basis e.g. wet well cleaning, sludge line jetting, tank cleans etc.
-Reactive tankering in the case of emergencies 24 hours per day, 365 days per year
-Other services: Use of Skips and Roros (e.g. for transport of dewatered sludge cake), General waste, Grit and Screenings (collection and transport), Fly tipping, hazardous waste collection and other activities related to the management of waste, e.g. traffic management, sandbags, welfare units, in response to pollution events
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50%
Quality criterion - Name: Commercial / Weighting: 50%
Price - Weighting: 50%
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
4
Lot No
Lot 4: Secondary Tanker Suppliers
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
Southern Water may require ancillary services to support the deployment of tankers and for other core waste services.
These services are referenced in previous lots. It is to be determined whether any or all services in this lot will be combined with a previous lot at the time of the final tender pack release.
Service include: Use of Skips and Roros (e.g. for transport of cake), General waste, Grit and Screenings (collection and transport), Fly tipping, hazardous waste collection, and includes activities used to manage pollution events such as traffic management, sandbags, welfare units, lighting towers, portaloos, scaffolding, road sweepers etc.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50%
Quality criterion - Name: Commercial / Weighting: 50%
Price - Weighting: 50%
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
5
Lot No
Lot 7: Specialist Waste Disposal
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
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
Quality criterion - Name: Technical / Weighting: 50%
Quality criterion - Name: Commercial / Weighting: 50%
Price - Weighting: 50%
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
6
Lot No
Lot 8: General Waste
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
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
Quality criterion - Name: Technical / Weighting: 50%
Quality criterion - Name: Commercial / Weighting: 50%
Price - Weighting: 50%
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
7
Lot No
Lot 9: Planned Inter-site Cake
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
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
Quality criterion - Name: Technical / Weighting: 50%
Quality criterion - Name: Commercial / Weighting: 50%
Price - Weighting: 50%
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
8
Lot No
LOT 10: Digested Cake Biosolids Offsite
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
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
Quality criterion - Name: Technical / Weighting: 50%
Quality criterion - Name: Commercial / Weighting: 50%
Price - Weighting: 50%
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
9
Lot No
LOT 11: Grits/Screenings
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
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
Quality criterion - Name: Technical / Weighting: 50%
Quality criterion - Name: Commercial / Weighting: 50%
Price - Weighting: 50%
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
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-002237
Section five. Award of contract
Contract No
1
Lot No
Lot 1: West Region - Planned & Reactive Tankering & Waste Services
Title
prj_4923_Strategic Waste Management
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 February 2025
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Lanes Group Limited
C/O Elements Ring Rd, Lower Wortley, Leeds, West Yorkshire, United Kingdom, LS12 6AB
Leeds
LS12 6AB
Country
United Kingdom
NUTS code
- UKE4 - West Yorkshire
National registration number
3784486
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £187,000,000
Total value of the contract/lot: £187,000,000
Section five. Award of contract
Contract No
2
Lot No
Lot 2: Central Region - Planned & Reactive Tankering & Waste Services
Title
prj_4923_Strategic Waste Management
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 February 2025
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Lanes Group Limited
C/O Elements Ring Rd, Lower Wortley, Leeds, West Yorkshire, United Kingdom, LS12 6AB
Leeds
LS12 6AB
Country
United Kingdom
NUTS code
- UKE4 - West Yorkshire
National registration number
3784486
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £145,500,000
Total value of the contract/lot: £145,500,000
Section five. Award of contract
Contract No
3
Lot No
Lot 3: East Region - Planned & Reactive Tankering & Waste Services
Title
prj_4923_Strategic Waste Management
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 February 2025
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
MTS Cleansing Services Limited
Stanley House, Anthonys Way, Medway City Estate, Rochester, Kent, ME2 4NF
Rochester
ME2 4NF
Country
United Kingdom
NUTS code
- UKJ4 - Kent
National registration number
2045340
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £73,000,000
Total value of the contract/lot: £73,000,000
Section five. Award of contract
Contract No
4
Lot No
Lot 4: Secondary Tanker Suppliers
Title
prj_4923_Strategic Waste Management
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 February 2025
five.2.2) Information about tenders
Number of tenders received: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Lanes Group Limited
C/O Elements Ring Rd, Lower Wortley, Leeds, West Yorkshire, United Kingdom, LS12 6AB
Leeds
LS12 6AB
Country
United Kingdom
NUTS code
- UKE4 - West Yorkshire
National registration number
3784486
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £54,500,000
Total value of the contract/lot: £54,500,000
Section five. Award of contract
Contract No
5
Lot No
Lot 4: Secondary Tanker Suppliers
Title
prj_4923_Strategic Waste Management
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 February 2025
five.2.2) Information about tenders
Number of tenders received: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
MTS Cleansing Services Limited
Stanley House, Anthonys Way, Medway City Estate, Rochester, Kent, ME2 4NF
Rochester
ME2 4NF
Country
United Kingdom
NUTS code
- UKJ4 - Kent
National registration number
2045340
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £54,500,000
Total value of the contract/lot: £54,500,000
Section five. Award of contract
Contract No
6
Lot No
Lot 4: Secondary Tanker Suppliers
Title
prj_4923_Strategic Waste Management
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 February 2025
five.2.2) Information about tenders
Number of tenders received: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Cappagh Browne Utilities Limited
Meelin House, Unit 2 Pavilion Business Centre, 6 Kinetic Crescent, Enfield, EN3 7FJ
Enfield
EN3 7FJ
Country
United Kingdom
NUTS code
- UKI54 - Enfield
National registration number
9293085
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £54,500,000
Total value of the contract/lot: £54,500,000
Section five. Award of contract
Contract No
7
Lot No
Lot 4: Secondary Tanker Suppliers
Title
prj_4923_Strategic Waste Management
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 February 2025
five.2.2) Information about tenders
Number of tenders received: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Biomarsh Environmental Ltd
Peartree Farm, Holyfield, Waltham Abbey, Essex, England, EN9 2EW
Essex
EN9 2EW
Country
United Kingdom
NUTS code
- UKH3 - Essex
National registration number
1124715
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £54,500,000
Total value of the contract/lot: £54,500,000
Section five. Award of contract
Contract No
8
Lot No
Lot 4: Secondary Tanker Suppliers
Title
prj_4923_Strategic Waste Management
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 February 2025
five.2.2) Information about tenders
Number of tenders received: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
FGS Organics Limited
Stanford Bridge Farm, Pluckley, Ashford, TN27 0RU
Ashford
TN27 0RU
Country
United Kingdom
NUTS code
- UKJ4 - Kent
National registration number
5684308
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £54,500,000
Total value of the contract/lot: £54,500,000
Section five. Award of contract
Contract No
9
Lot No
Lot 7: Specialist Waste Disposal
Title
prj_4923_Strategic Waste Management
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 February 2025
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Asprey St John & Company Limited trading as Envirovue
Suite 32, Hardmans Business Centre, New Hall Hey Road, Rawtenstall, Lancashire, England, BB4 6HH
Rawtenstall
BB4 6HH
Country
United Kingdom
NUTS code
- UKD4 - Lancashire
National registration number
7503021
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £13,000,000
Total value of the contract/lot: £13,000,000
Section five. Award of contract
Contract No
10
Lot No
Lot 8: General Waste
Title
prj_4923_Strategic Waste Management
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 February 2025
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Biffa Waste Services Limited
Coronation Road, Cressex, High Wycombe, Bucks, HP12 3TZ
High Wycombe
HP12 3TZ
Country
United Kingdom
NUTS code
- UKJ13 - Buckinghamshire CC
National registration number
946107
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £2,000,000
Total value of the contract/lot: £2,000,000
Section five. Award of contract
Contract No
11
Lot No
Lot 9: Planned Inter-site Cake
Title
prj_4923_Strategic Waste Management
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 February 2025
five.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Countrystyle Recycling Limited
Ridham Dock Ridham Dock Road, Iwade, Sittingbourne, Kent, England, ME9 8SR
Kent
ME9 8SR
Country
United Kingdom
NUTS code
- UKJ4 - Kent
National registration number
5103813
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £12,500,000
Total value of the contract/lot: £12,500,000
Section five. Award of contract
Contract No
12
Lot No
Lot 10: Digested Cake Biosolids Offsite
Title
prj_4923_Strategic Waste Management
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 February 2025
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Austin Contract Services Limited - ACS
Church Farm Sheppey Way, Bobbing, Sittingbourne, Kent, ME9 8PH
Sittingbourne
ME9 8PH
Country
United Kingdom
NUTS code
- UKJ4 - Kent
National registration number
3797206
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £49,000,000
Total value of the contract/lot: £49,000,000
Section five. Award of contract
Contract No
13
Lot No
Lot 11: Grits/Screenings
Title
prj_4923_Strategic Waste Management
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 February 2025
five.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
MTS Cleansing Services Limited
Stanley House, Anthonys Way, Medway City Estate, Rochester, Kent, ME2 4NF
Rochester
ME2 4NF
Country
United Kingdom
NUTS code
- UKJ4 - Kent
National registration number
2045340
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £12,500,000
Total value of the contract/lot: £12,500,000
Section five. Award of contract
Contract No
14
Lot No
Lot 5: Planned Tankering & Waste Services
Title
PRJ_4923 Strategic Waste Management
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section five. Award of contract
Contract No
15
Lot No
Lot 6: Reactive Tankering & Waste Services
Title
PRJ_4923 Strategic Waste Management
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Southern Water Services Limited
Worthing
Country
United Kingdom