Tender

Closed Framework Agreement: Access to Quarries, Materials, Recycling Centres and Landfill Sites

  • SEVERN TRENT WATER LIMITED
  • HAFREN DYFRDWY CYFYNGEDIG

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-042198

Procurement identifier (OCID): ocds-h6vhtk-04fc23 (view related notices)

Published 22 July 2025, 6:02pm



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

This table contains award criteria for this lot
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

Email: Clarissa.Pattinson@severntrent.co.uk

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

Email: Clarissa.Pattinson@severntrent.co.uk

Region: UKL23 - Flintshire and Wrexham

Organisation type: Private utility

Devolved regulations that apply: Wales


Contact organisation

Contact SEVERN TRENT WATER LIMITED for any enquiries.