Scope
Description
This closed framework agreement covers the following:
1. Lot 1: Quarries and Supply of Materials: this includes access to Quarries and Supply of Materials, including supply of any construction materials and aggregates, via either collection or delivery, and any other associated services and / or solutions the Supplier may provide, including, but not limited to; advisory services, carbon reduction assessments, added value services.
2. Lot 2: Waste Management: this includes access to recycling centres for tipping of construction waste (either direct tipping or waste collection), access to landfill sites (all types) for tipping of construction waste (either direct tipping or waste collection), and any other associated services and / or solutions the Supplier may provide, including, but not limited to; waste advisory services, waste laboratory testing, waste treatment (including hazardous waste treatment), carbon reduction assessments, added value services.
The requirements above initially will be to support Severn Trent's AMP 8 period and Mains Renewal programme, however there may be wider opportunities within Severn Trent and Hafren Dyfrdwy's organisation in the future which utilise this framework agreement.
The Framework Agreement is split into 2 independent Lots as detailed below. The Lots are standalone. If a participant wishes to apply for both Lots in the procurement process, it should complete both the PQQ and RFP for both Lots. Bidders may apply for either or both of the Lots:
• Lot 1 - Quarries and Supply of Materials
• Lot 2 - Waste Management
There is no maximum number of successful suppliers that can be awarded to either Lot.
This procurement description is for information only and further information can be found within the tender documents.
The appointment of any bidder following this Procurement process is not exclusive.
There is no guarantee of any minimum volume of work if a bidder is successful in being awarded a framework by the Contracting Authorities.
Commercial tool
Establishes a framework
Total value (estimated)
- £125,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 13 December 2025 to 12 December 2026
- Possible extension to 12 November 2030
- 4 years, 11 months
Description of possible extension:
The initial term of the contract shall be one (1) year from the commencement date.
The contract may be extended by up to four (4) further years up to a maximum term of five (5) years in total.
The Client will be entitled to extend the term of this Agreement by one or more extension periods by serving an Extension Notice.
Expiry of this Agreement will not affect the continuation of any Call-Off Contracts which are in existence at the time of such expiry.
Main procurement category
Services
Contract locations
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
Lot constraints
Description of how multiple lots may be awarded:
The procurement is divided into Lots as detailed below. The Lots are standalone. If a bidder wishes to submit a response for more than one Lot in the procurement process, it should complete both the PQQ and RFP for both Lots.
Bidders may apply for either or both of the Lots:
• Lot 1 - Quarries and Supply of Materials
• Lot 2 - Waste Management
The Contracting Authorities will evaluate each bid for each Lot individually, and each Lot will be evaluated in its own right independently from the other Lot.
There is no limited number of suppliers who can be awarded to either Lot.
Not the same for all lots
CPV classifications are shown in Lot sections, because they are not the same for all lots.
Lot 1. Lot 1 - Quarries and Supply of Materials
Description
The scope of this Lot includes supply of the following materials:
- Concrete
- Asphalt
- Aggregates
- Topsoil
- Sand and Gravel
- Type 1 Stone
- Reinstatement materials, including: DBM, HRA and SMA
- Any other material as required by a Client Site.
- Any other associated services and / or solutions the Supplier may provide, including, but not limited to; advisory services, carbon reduction assessments, added value services.
Materials may be required to be collected directly by Client logistics, or required to be delivered by Supplier logistics.
Suppliers may supply any or all of the construction materials within scope of this Lot and may provide delivery and/or accept collection.
The Supplier may operate one or multiple sites.
Suppliers may provide broker services for provision of materials, acting as an intermediary to facilitate the transaction for the supply of materials from third party suppliers / sites.
Further detail around the scope can be found within the Specification (2. Materials and Waste - Specification).
Lot value (estimated)
- £109,000,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 14200000 - Sand and clay
- 14500000 - Related mining and quarrying products
- 44100000 - Construction materials and associated items
- 44900000 - Stone for construction, limestone, gypsum and slate
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Lot 2 Requirements: Waste Management
Description
The scope of this Lot includes management of all types of construction site waste, including recyclable and non-recyclable, hazardous and non-hazardous waste.
This Lot requires Suppliers to operate at least one of the following types of waste sites:
- Recycling centers;
- Waste transfer stations;
- Inert Landfill Sites;
- Hazardous Landfill Sites;
- Stable-Non-Reactive Landfill Sites;
- Waste Treatment centers;
- Washplants; or
- Soil Remediation centers.
The scope of this Lot includes any type of waste produced by the Clients construction sites they may operate over the term, including (but not limited to) the following waste codes:
17 01 01
17 01 02
17 01 03
17 01 07
17 03 02
17 05 04
17 09 04
17 01 06*
17 03 01*
17 05 03*
17 09 03*
This Lot will also include (but is not limited to) the following associated services which may be provided by the Supplier:
- Waste management;
- Waste laboratory testing (all types of testing);
- Hazardous waste treatment (on or off Client site);
- Site clearance;
- Soil Remediation;
- Advice and guidance on waste management.
- Any other associated services and / or solutions the Supplier may provide, including, but not limited to; waste advisory services, waste laboratory testing, waste treatment (including hazardous waste treatment), carbon reduction assessments, added value services.
The Supplier may operate one or multiple Sites.
Suppliers may provide broker services for provision of tipping waste, acting as an intermediary to facilitate the transaction with a third party site.
Lot value (estimated)
- £16,000,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 44613700 - Refuse skips
- 44613800 - Containers for waste material
- 45232470 - Waste transfer station
- 79723000 - Waste analysis services
- 90500000 - Refuse and waste related services
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
Call-off contracts may be awarded either with or without competition via this framework agreement.
The tender documents below set out the direct award and mini competition criteria that will be used to award call-off contracts: 1. Joint Call for Competition Briefing Pack - PQQ and RFP
Pricing will be provided as part of Bidders tender responses per material / waste codes per tonne.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
A Utility may, at its sole discretion, permit an approved third party contractor ("Third Party Contractor") engaged by the Client, to utilise this Framework Agreement for the purpose of awarding a Call-Off Contract to a Supplier appointed under this Framework Agreement. A Third Party Contractor means a third party organisation that has been appointed by, engaged with by the Client to provide services out of scope of this Agreement, which the Client has expressly authorised to utilise this Agreement for award of a Call-Off Contract to the Supplier.
Participation
Legal and financial capacity conditions of participation
Lot 1. Lot 1 - Quarries and Supply of Materials
Lot 2. Lot 2 Requirements: Waste Management
The Legal and Financial conditions of participation are set out within the briefing pack (1. Joint Call for Competition Briefing Pack - PQQ and RFP).
Technical ability conditions of participation
Lot 1. Lot 1 - Quarries and Supply of Materials
Lot 2. Lot 2 Requirements: Waste Management
The Technical ability conditions of participation are set out within the briefing pack (1. Joint Call for Competition Briefing Pack - PQQ and RFP).
Particular suitability
Lot 1. Lot 1 - Quarries and Supply of Materials
Lot 2. Lot 2 Requirements: Waste Management
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
1 August 2025, 5:00pm
Tender submission deadline
22 August 2025, 3:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
10 November 2025
Award criteria
Name | Type | Weighting |
---|---|---|
Technical | Quality | 80% |
Price | Price | 20% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Special regime
Utilities
Contracting authorities
SEVERN TRENT WATER LIMITED
- Companies House: 02366686
- Public Procurement Organisation Number: PQQN-5222-QDXR
Severn Trent Centre
Coventry
CV1 2LZ
United Kingdom
Contact name: Clarissa Pattinson
Region: UKG33 - Coventry
Organisation type: Private utility
HAFREN DYFRDWY CYFYNGEDIG
- Companies House: 03527628
- Public Procurement Organisation Number: PWGQ-2543-XWCR
Packsaddle Wrexham Road
Wrexham
LL14 4EH
United Kingdom
Contact name: Clarissa Pattinson
Region: UKL23 - Flintshire and Wrexham
Organisation type: Private utility
Devolved regulations that apply: Wales