- Scope of the procurement
- Lot 1. Capacity provided (per annum): Variable (non-committed volumes)
- Lot 2. Capacity provided (per annum): 100TDS
- Lot 3. Capacity provided (per annum): 1,000TDS
- Lot 4. Capacity provided (per annum): 1,500TDS
- Lot 5. Capacity provided (per annum): 2,000TDS
- Lot 6. Capacity provided (per annum): 2,500TDS
- Lot 7. Capacity provided (per annum): 3,000TDS
- Lot 8. Capacity provided (per annum): 4,000TDS
- Lot 9. Capacity provided (per annum): 5,000TDS
Section one: Contracting entity
one.1) Name and addresses
YORKSHIRE WATER SERVICES LIMITED
Western House,Western Way, Buttershaw
BRADFORD
BD62SZ
Contact
Constantine Metcalf
constantine.metcalf@efficioconsulting.com
Telephone
+44 7894394426
Country
United Kingdom
Region code
UKE41 - Bradford
YORKSHIRE WATER SERVICES LIMITED
YORKSHIRE WATER SERVICES LIMITED
Internet address(es)
Main address
https://www.yorkshirewater.com/
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://www.yorkshirewater.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of sludge treatment and disposal services
two.1.2) Main CPV code
- 90513800 - Sludge treatment services
two.1.3) Type of contract
Services
two.1.4) Short description
This notice is seeking expressions of interest for the establishment of an Agreement for the provision of sludge treatment and disposal services during 2025-2030.
This agreement is envisaged to be the primary route for selecting suppliers for the provision of 5,000 TDS annual sludge treatment and disposal capacity for the duration of the agreement.
Any estimated quantities or values contained or referred to in this or other documentation are for guidance only and do not bind Yorkshire Water Services (referenced 'YWS' herein) to buy any specific quantities should the bidder be successful and enter into an Agreement.
Process:
In the first instance the expression of interests to participate must be submitted via email to Con Metcalf and Rui Santos (con.metcalf@yorkshirewater.co.uk / rui.santos@yorkshirewater.co.uk) ITQs for pre-qualification will be issued to the bidders upon a receipt of an expression of interest. The bidders will then be assessed over two stages:
First stage - Qualification: All bidders will be assessed from a capability perspective at the beginning of the process (ITQ). Bidders will need to provide evidence of their capabilities for each lot they intend to bid for, among other qualitative questions. YWS might conduct reference checks with the relevant stakeholders.
Scoring criteria for each of the ITQ questions will be shared alongside the questionnaire. Bidders that do not meet the minimum criteria, will be excluded from the process at this stage.
Second stage - Invitation To Tender (ITT): YWS will evaluate suppliers for each lot they intend to bid for from a qualitative and commercial perspective. Overall scoring criteria will be shared alongside the procurement documentation.
two.1.5) Estimated total value
Value excluding VAT: £9,500,000
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
Capacity provided (per annum): Variable (non-committed volumes)
Lot No
1
two.2.2) Additional CPV code(s)
- 45232422 - Sludge-treatment works
- 90513600 - Sludge removal services
- 90513900 - Sludge disposal services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
Main site or place of performance
Yorkshire Region
two.2.4) Description of the procurement
Successful suppliers will work alongside YWS to provide sludge treatment and disposal services, which are split into different lots reflecting several levels of capacity provided. This activity represents a key initiative for YWS to ensure there is no sludge treatment and disposal capacity shortfall.
This procurement activity seeks to secure 5,000 TDS annual sludge treatment and disposal capacity for 5 years. The required service element will not include transporting sludge liquid and cake from any YWS dewatering/export sites.
This procurement intends to place an agreement for a five-year period, with a total estimated value (excluding VAT) of £9,500,000 over the 5 years. The annual estimated value is around £1,900,000.
For each lot there is an option to provide a quote for the level of expected capacity provided per annum. Lot 1 refers to non-committed volumes, where YWS seeks to secure more than 5,000TDS per annum.
It is key that suppliers include all cost components such as CAPEX, maintenance, chemical, liquor, disposal, energy and any other relevant cost component.
YWS shall reserve the right to award single or multiple lots in order to achieve the best overall commercial solution.
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
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Capacity provided (per annum): 100TDS
Lot No
2
two.2.2) Additional CPV code(s)
- 45232422 - Sludge-treatment works
- 90513600 - Sludge removal services
- 90513900 - Sludge disposal services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
Main site or place of performance
Yorkshire Region
two.2.4) Description of the procurement
As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.
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
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Capacity provided (per annum): 1,000TDS
Lot No
3
two.2.2) Additional CPV code(s)
- 45232422 - Sludge-treatment works
- 90513600 - Sludge removal services
- 90513900 - Sludge disposal services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
Main site or place of performance
Yorkshire Region
two.2.4) Description of the procurement
As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.
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
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Capacity provided (per annum): 1,500TDS
Lot No
4
two.2.2) Additional CPV code(s)
- 45232422 - Sludge-treatment works
- 90513600 - Sludge removal services
- 90513900 - Sludge disposal services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
Main site or place of performance
Yorkshire Region
two.2.4) Description of the procurement
As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.
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
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Capacity provided (per annum): 2,000TDS
Lot No
5
two.2.2) Additional CPV code(s)
- 45232422 - Sludge-treatment works
- 90513600 - Sludge removal services
- 90513900 - Sludge disposal services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
Main site or place of performance
Yorkshire Region
two.2.4) Description of the procurement
As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.
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
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Capacity provided (per annum): 2,500TDS
Lot No
6
two.2.2) Additional CPV code(s)
- 45232422 - Sludge-treatment works
- 90513600 - Sludge removal services
- 90513900 - Sludge disposal services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
Main site or place of performance
Yorkshire Region
two.2.4) Description of the procurement
As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.
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
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Capacity provided (per annum): 3,000TDS
Lot No
7
two.2.2) Additional CPV code(s)
- 45232422 - Sludge-treatment works
- 90513600 - Sludge removal services
- 90513900 - Sludge disposal services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
Main site or place of performance
Yorkshire Region
two.2.4) Description of the procurement
As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.
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
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Capacity provided (per annum): 4,000TDS
Lot No
8
two.2.2) Additional CPV code(s)
- 45232422 - Sludge-treatment works
- 90513600 - Sludge removal services
- 90513900 - Sludge disposal services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
Main site or place of performance
Yorkshire Region
two.2.4) Description of the procurement
As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.
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
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Capacity provided (per annum): 5,000TDS
Lot No
9
two.2.2) Additional CPV code(s)
- 45232422 - Sludge-treatment works
- 90513600 - Sludge removal services
- 90513900 - Sludge disposal services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
Main site or place of performance
Yorkshire Region
two.2.4) Description of the procurement
As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.
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
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria 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.1.8) 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
23 July 2023
Local time
5:00pm
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.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Yorkshire Water Services Limited
Bradford
BD6 2SZ
Country
United Kingdom