Tender

Provision of sludge treatment and disposal services

  • YORKSHIRE WATER SERVICES LIMITED

F05: Contract notice – utilities

Notice identifier: 2023/S 000-017935

Procurement identifier (OCID): ocds-h6vhtk-03dc03

Published 23 June 2023, 12:12pm



Section one: Contracting entity

one.1) Name and addresses

YORKSHIRE WATER SERVICES LIMITED

Western House,Western Way, Buttershaw

BRADFORD

BD62SZ

Contact

Constantine Metcalf

Email

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

https://service.ariba.com

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