Tender

Laboratory Tender - Analytical Services

  • SEVERN TRENT WATER LIMITED
  • Severn Trent Water Limited - Hafren Dyfrdwy

F05: Contract notice – utilities

Notice identifier: 2024/S 000-028564

Procurement identifier (OCID): ocds-h6vhtk-0498af

Published 6 September 2024, 10:26am



Section one: Contracting entity

one.1) Name and addresses

SEVERN TRENT WATER LIMITED

2 St. Johns Street

COVENTRY

CV12LZ

Contact

Kimberley Jessop

Email

kimberley.jessop@severntrent.co.uk

Telephone

+44 7929083907

Country

United Kingdom

Region code

UKG33 - Coventry

Companies House

02366686

Internet address(es)

Main address

https://www.stwater.co.uk/

one.1) Name and addresses

Severn Trent Water Limited - Hafren Dyfrdwy

St Johns Street

Coventry

CV1 2LZ

Contact

Kimberley Jessop

Email

kimberley.jessop@severntrent.co.uk

Telephone

+44 7929083907

Country

United Kingdom

Region code

UK - United Kingdom

Companies House

02366686

Internet address(es)

Main address

https://www.hdcymru.co.uk/

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://discovery.ariba.com/rfx/20364009

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://discovery.ariba.com/rfx/20364009

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://discovery.ariba.com/rfx/20364009

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Laboratory Tender - Analytical Services

Reference number

WS2060884215

two.1.2) Main CPV code

  • 65130000 - Operation of water supplies

two.1.3) Type of contract

Services

two.1.4) Short description

The Labs Analytical Services cover all regulatory requirements for water sampling, testing and analysis for Severn Trent and Hafren Dyfrdwy. The contract is for wastewater testing, monitoring and retrieving data on our Wastewater & Soils samples.

Our sourcing proposal is to have 4 Lots which would each have one to two main supplier(s) to provide either all/or majority of the Regulatory & non-Regulatory requirements.

Lot 1 - Analytical Services (Soils)

Lot 2 - Analytical Services (Waste (Non-Regulated)

Lot 3 - Analytical Services (Wastewater & Sludge (Regulated)

two.1.5) Estimated total value

Value excluding VAT: £55,000,000

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: 3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

For all Lots in the tender, The Utilities reserve the right to nominate standby supplier status to the 2nd highest ranking supplier in each Lot The contracting entity reserves the right to award contracts combining the following lots or groups of lots

two.2) Description

two.2.1) Title

Analytical Services (Soils)

Lot No

1

two.2.2) Additional CPV code(s)

  • 38900000 - Miscellaneous evaluation or testing instruments
    • KA09 - For the treatment of water
    • KA10 - For use in the water industry
    • KA11 - For water utilities
  • 65100000 - Water distribution and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Agricultural land must be sampled to assess the suitability of the land for the application of Biosolids (treated sewage sludge) or clarification sludge (from water treatment). Sampling for Biosolids applications is required before the initial application and then at intervals of 5, 10 & 20 years. The soil sampling depth and the analysis required will differ between these timeframes.

Sampling for clarification is before individual applications.

We currently take and analyse in the region of 7,000 soil samples per annum with each sample comprising 25 sub-samples taken from an area of up to 5 hectares. Sampling and Analysis needs to comply with the Code of Practice for Agricultural use of Sewage Sludge & Biosolids Assurance Scheme (BAS).

BAS requires soil samples to be collected by competent personnel, recording of the location of each soil sample (including the location of the sub samples), chain of custody, suitable transport and storage and for the analysis to be undertaken by a BAS approved laboratory.

Suppliers will provide an end-to-end service from sample request to supply of analysis results both electronically uploaded to Severn Trent's system (currently QUIS) plus supplier headed reports where required for submission to the Environment Agency

The service comprises:

Soil sampling

Analysis using BAS approved laboratory services

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: £2,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Additional 3 years available in 12 month increments

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Maximum number: 2

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

Analytical Services Waste (Regulated & Non - Regulated)

Lot No

2

two.2.2) Additional CPV code(s)

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 65100000 - Water distribution and related services
    • KA09 - For the treatment of water
    • KA10 - For use in the water industry
    • KA11 - For water utilities

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Labs Analytical Services cover all regulatory requirements for water sampling, testing and analysis for ST and HD. The contract is fundamental to ST/HD as a business to enable wastewater testing, monitoring and retrieving data on our Wastewater & Soils samples.  Lot 2 consists of water testing, sampling and analysis within the following: OSM & UWW, Landfill Monitoring, Trade Effluent & Formal Sampling, Tankered Waste, Investigatory Sample Analysis WWR & Bioresource, Pipeline Assessments, Settled Sewage & Sludge, Capital Schemes.

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: £3,900,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Additional 3 years extension in 12 month increments

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Maximum number: 2

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

Analytical Services Waste Water (Regulated)

Lot No

3

two.2.2) Additional CPV code(s)

  • 38970000 - Research, testing and scientific technical simulator
  • 65110000 - Water distribution
    • KA09 - For the treatment of water
    • KA10 - For use in the water industry
    • KA11 - For water utilities
  • 65120000 - Operation of a water-purification plant
  • 65130000 - Operation of water supplies

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Severn Trent requires the provision of a planned sampling service, provision and maintenance of the auto samplers and full analysis to fully comply with the Environment Agency's requirements for Operator Self-Monitoring (OSM) and Urban Waste Treatment (UWW) Regulations., along with HACCP & BAS on Sludge.

The Supplier will be responsible for ensuring that all necessary sampling activities are performed to an agreed programme, samples are submitted to the laboratory for analysis and results are communicated in full compliance with stipulated timescales. The Supplier will be responsible to Severn Trent for meeting the requirements and technical specification in respect of the Goods, Services and Works being provided.

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

60

This contract is subject to renewal

Yes

Description of renewals

Additional 3 years in 12 month increments

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Maximum number: 2

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

na

Lot No

na

two.2.2) Additional CPV code(s)

  • 65100000 - Water distribution and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

na

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Maximum number: 2

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

no lot 4 available


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

Envisaged maximum number of participants to the framework agreement: 3

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

26 September 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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Suppliers to send detailed invoices to STW via SAP Ariba for e-invoicing etc

six.4) Procedures for review

six.4.1) Review body

Severn Trent Water

Coventry

Country

United Kingdom