Section one: Contracting entity
one.1) Name and addresses
SEVERN TRENT WATER LIMITED
2 St. Johns Street
COVENTRY
CV12LZ
Contact
Kimberley Jessop
kimberley.jessop@severntrent.co.uk
Telephone
+44 7929083907
Country
United Kingdom
Region code
UKG33 - Coventry
Companies House
02366686
Internet address(es)
Main address
one.1) Name and addresses
Severn Trent Water Limited - Hafren Dyfrdwy
St Johns Street
Coventry
CV1 2LZ
Contact
Kimberley Jessop
kimberley.jessop@severntrent.co.uk
Telephone
+44 7929083907
Country
United Kingdom
Region code
UK - United Kingdom
Companies House
02366686
Internet address(es)
Main address
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