Tender

Design and Supply of Two Sludge Drying Units

  • SEVERN TRENT WATER LIMITED

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

Notice identifier: 2025/S 000-078366

Procurement identifier (OCID): ocds-h6vhtk-058343

Published 27 November 2025, 3:03pm

Last edited 1 December 2025, 10:18am

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

New, updated link to Supplier Discovery posting on SAP Ariba:

https://discovery.ariba.com/rfx/23599907

Scope

Description

Design and supply of two sludge drying units for deployment at two sites for STW.

Commercial tool

Establishes a framework

Total value (estimated)

  • £18,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 30 April 2026 to 1 April 2030
  • Possible extension to 1 April 2034
  • 7 years, 11 months, 2 days

Description of possible extension:

The framework will operate for an initial period of four (4) years, consistent with the maximum standard duration allowed under the Procurement Act 2023.

The contract may be extended once or multiple times, up to a total maximum duration of four (4) years, in line with the enhanced flexibility permitted under the new Act.

Options

The right to additional purchases while the contract is valid.

The contract includes the following options:

Extension of the contract term: The Authority reserves the right to extend the initial contract period for an initial period of four (4) years, consistent with the maximum standard duration allowed under the Procurement Act 2023.

Additional call-off orders under the framework: The Authority may place additional call-off orders during the validity of the framework agreement, within the scope and value limits set out in the procurement documents.

Main procurement category

Goods

CPV classifications

  • 34951200 - Sludge-handling equipment
  • 34951300 - Sludge-drier installation

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)

Framework

Maximum number of suppliers

1

Maximum percentage fee charged to suppliers

0%

Framework operation description

Severn Trent will call off requirements from the appointed supplier using the Form of Order process set out in the Framework Agreement Terms and Conditions. Each call-off will specify scope, pricing, and delivery requirements and will become binding upon acceptance by both parties.

Award method when using the framework

Without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

11 December 2025, 2:00pm

Submission type

Tenders

Tender submission deadline

6 January 2026, 2:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

30 April 2026


Award criteria

This table displays the award criteria of the lot
Name Type
Technical & Commercial Quality
Price Price
Sustainability Quality

Weighting description

Technical & Commercial 60%

Price - 30%

Sustainability - 10%


Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Utilities

Competitive flexible procedure description

This is a competitive, multi-stage tender consisting of the following stages:

Stage 1: Pre-Qualification Questionnaire (PQQ):

The PQQ stage is designed to help Severn Trent Water (STW) identify and shortlist tenderers who meet the minimum capability and compliance requirements for the scope outlined below. Please ensure that all questions in the PQQ documentation are completed in full.

Stage 2: Request for Proposal (RFP)

Shortlisted tenderers from the PQQ stage will be invited to submit detailed proposals on how they will deliver the requirement. These proposals will be evaluated and scored to determine the supplier offering the best overall value for the contract.

Pricing will be evaluated based on the information provided in the Pricing Matrix. The totals from the evaluated worksheets will be consolidated into a Summary table, which will provide an overall price for comparison. The bidder offering the most advantageous price will be considered for award of the call-off contract.

Pricing will be scored relative to the lowest feasible bid. The lowest compliant price will receive the maximum score of 100 points. Price will account for 30% of the total evaluation score. All other prices will be scored proportionally.

Following the RFP stage, Severn Trent will conduct clarification meetings and supplier presentations with the final two shortlisted bidders to ensure a full understanding of their proposals and to clarify any aspects of the submissions. Severn Trent also reserves the right to hold negotiation meetings with shortlisted bidders as part of the tender process.

Following these activities, Severn Trent reserves the right to conduct negotiations in accordance with the Utilities Contracts Regulations 2016. Following negotiations, bidders may be invited to submit a Best and Final Offer (BAFO). The BAFO stage provides bidders with the opportunity to refine their proposals based on clarifications, presentations, and negotiations.

BAFO submissions will be evaluated against the award criteria set out in this RFP documentation. Please note that the evaluation of BAFO may result in changes to the scores previously allocated to initial written proposals.


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