Tender

Supply of Precast Concrete Tank Panels

  • SEVERN TRENT WATER LIMITED

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

Notice identifier: 2025/S 000-062321

Procurement identifier (OCID): ocds-h6vhtk-0501ac (view related notices)

Published 3 October 2025, 5:10pm



Scope

Description

Severn Trent Water are working on reducing design time, carbon efficiency and construction time for several key assets over the current Asset Management Plan (AMP8). Storage tanks have been identified as an asset used widely across the business, from storm tanks to distribution service reservoirs.

Severn Trent Water have developed a Plug and Play modular precast concrete tank system that can be used in several applications which allow standardisation of assets, reduce costs and improve carbon efficiencies and now are looking to develop a supply chain to work with in supplying this asset, both directly as STW and also indirectly through the STW capital supply chain.

The technical specification details the requirements for the supply of precast concrete panels for the Plug & Play tank solution. The tank solution is intended to be used across both potable drinking water assets and wastewater assets.

It is expected that the split between clean water and wastewater will be unequal; most tank panels will be required for wastewater assets, demonstrated in the following volumes.

The overall Framework will include a number of different product lines. These are:

1. Above ground square/rectangular tanks

2. Below ground square/rectangular tanks

3. Above ground circular tanks

4. Below ground circular tanks

The first design completed, and included in theis tender document, will be for the product line "Above ground rectangular tanks 6m high". The designs for the remaining product lines are yet to be completed.

As a result, Severn Trent intends to award the initial phase of the Pre-cast Concrete Framework to a single supplier. Only one supplier will be awarded the delivery of these initial phase and will be considered the primary supplier.

As part of this tender process, Severn Trent will also select up to three secondary suppliers.

Commercial tool

Establishes a framework

Total value (estimated)

  • £6,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 31 January 2026 to 31 January 2028
  • Possible extension to 31 January 2031
  • 5 years, 1 day

Description of possible extension:

Initial award period of 2 years with options to extend 1+1+1.

Main procurement category

Goods

CPV classifications

  • 44114200 - Concrete products

Framework

Maximum number of suppliers

4

Maximum percentage fee charged to suppliers

0%

Framework operation description

Client Requirements

The Client identifies the need and which product line covered under the Framework is required and then will raise a Works order with all the relevant project details using a template.

Supplier Selection - Existing Product Line

The primary supplier is contacted first for availability, lead time & overall project costs. Key dates will be agreed in the Works Order between the client and the supplier.

If the primary supplier is unable to meet the requirement (e.g., due to stock issues, lead time constraints, or quality concerns), the Secondary Supplier may be engaged and mobilised.

If a secondary supplier is mobilised for a product line, then that secondary supplier will become a primary supplier for the product line (details further below).

If there are multiple Primary Suppliers, then all will be contacted to establish ability to achieve project delivery requirements. All suppliers that can achieve the delivery program will be approached for project costs, with the lowest cost being allocated the order.

ANY DEVIATION FROM THIS PROCEDURE MUST BE APPROVED BY THE CATEGORY MANAGER.

Supplier Selection - New Product Lines

For new requirements, all Framework (primary and secondary) suppliers will be contacted for the opportunity to put a cost and mobilisation time forward to become primary supplier for the new product line.

Technical details will be shared with all Framework providers and details as to information required and submission timescales will be given to all to allow for

Should the mobilisation time be within the Clients requirement, then lowest cost put forward will be chosen as the Primary Supplier for the new product line.

The framework Schedule of Rates will be updated to reflect this new pricing arrangement.

In the event that new product lines have efficiencies with current product lines already allocated to a Supplier. The utility reserves the right to directly allocate a production line to that supplier without approaching all framework suppliers.

If a product line needs a new mould - it is a new product line. If an existing mould can be used then the design will be considered an existing product.

Secondary Supplier Mobilisation on Existing Line

In the event of the following:

• Primary supplier(s) fail to meet KPIs

• Primary supplier(s) fail to upscale to meet capacity

• Secondary suppliers have a technological innovation giving them a product benefit

• Benchmarking existing product line prices (i.e in the case of a same mould required for an additional product line)

Then an additional primary supplier may be required/added to an existing product line following the process outlined in Section 2. New Product Lines.

This will be done on a case by case basis.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Submission

Submission type

Tenders

Tender submission deadline

3 November 2025, 11:59pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

19 January 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Specification/Technical/Sustainability Quality 60%
Commerical Cost 40%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

Two stage process:

1st Stage) Prequalification Questionnaire(PQQ)

Following evaluation of these responses, the top scoring bidders will be invited to progress to the next stage and participate in a Request for Proposal (RFP) process. We expect to shortlist a maximum of the top 8 ranking bidders against the criteria outlined in the PQQ Briefing Pack which is a mixture of scored and pass/fail questions.

2nd Stage) Request for Proposal(RFP)

Prequalified bidders are now invited to submit a RFP which will be evaluated as a weighted percentage split between Specification/Technical/Sustainability(60%) & Commercial (40%)

Once the questions and price have been evaluated and weightings applied against the criteria outlined in the RFP Briefing Pack, these scores will be added together, and bidders will be ranked on the combined weighting.

Once this initial assessment has been completed against the criteria outlined in the RFP Briefing Pack, there may be a further short listing of the top 5 scoring suppliers. These top 5 suppliers will be asked to present, and the final negotiations will be undertaken with only these final 5 suppliers.

This shortlisting will be based on the top 5 suppliers. Suppliers who are not successfully shortlisted will be notified through SAP Ariba. Final scores only will be included in the tender outcome letters.

The top scoring supplier be declared the Primary Supplier for the product line tendered on in the bid sheet (square/rectangular above ground precast tank panels).

The subsequent three suppliers will be declared the Secondary Suppliers for this product.


Contracting authority

SEVERN TRENT WATER LIMITED

  • Companies House: 02366686
  • Public Procurement Organisation Number: PQQN-5222-QDXR

Severn Trent Centre

Coventry

CV1 2LZ

United Kingdom

Region: UKG33 - Coventry

Organisation type: Private utility