Section one: Contracting entity
one.1) Name and addresses
Scottish Water
The Bridge, 6 Buchanan Gate, Stepps
Glasgow
G33 6FB
Contact
Thomas Watson
thomas.watson@scottishwater.co.uk
Country
United Kingdom
Region code
UKM - Scotland
Internet address(es)
Main address
https://www.scottishwater.co.uk/
Buyer's address
https://www.scottishwater.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Bio Resource Treatment Framework at Kinneil Kerse
Reference number
SW25/WM/1525
two.1.2) Main CPV code
- 90513800 - Sludge treatment services
two.1.3) Type of contract
Services
two.1.4) Short description
Procurement exercise for a supplier to de-water and treat liquid wastewater sludge with lime to produce a biosolid that meets an enhanced treated standard as defined in the Biosolids Assurance Scheme (BAS). Rates to include supply of an appropriately sized centrifuge, lime treatment and storage equipment, treating, conveying the sludge cake to a storage location agreed on site, and operators.
two.1.5) Estimated total value
Value excluding VAT: £6,400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Kinneil Kerse Sludge Treatment Centre
two.2.4) Description of the procurement
To de-water and treat liquid wastewater sludge with lime to produce a biosolid that meets an enhanced treated standard as defined in the Biosolids Assurance Scheme (BAS). Rates to include supply of an appropriately sized centrifuge, lime treatment and storage equipment, treating, conveying the sludge cake to a storage location agreed on site, and operators. The cake storage bay shall be configurated by the supplier to meet their needs and be their responsibility. There are prefabricated “tombstones” that may be used, any additionally required material for creating the cake bay shall be provided by the supplier. It is the supplier’s responsibility to ensure the placement of any materials to create the cake bay are positioned safely.
The type of lime used in the process must not be liquid; any powdered or granulated lime is acceptable. All equipment must be suitably sized to deal with daily production levels of indigenous and imported bioresource.
The supplier will require an odour management plan and commit to adhere to this for the duration of the framework. The odour management plan must satisfy all parties, namely Scottish Water, SEPA (Waste Management Licence) and the Local Authority (The Odour Code of Practice).
All prices should include supply of documentation and data with respect to operational performance and relevant legislation, codes of practice and other relevant standards. Full transparency of all activities performed by the supplier is expected. Daily communications with the local Scottish Water Operations team will be required, and a weekly meeting held.
The supplier must comply with the Sludge Treatment Facilities - Waste Management Licence Odour Management Plan, and other site associated Scottish Water processes and procedures.
Electrical, water and wastewater services will be made available within the sludge storage/treatment area for use in providing the required service. It is the supplier responsibility to confirm the available services are suitable.
Sludge from the onsite holding tanks will be a mixture of indigenous SAS from the onsite sequencing batch reactor (SBR) tanks and imported sludge from various satellite sites. The sludge holding tanks do not currently have mixing capabilities and the total make up of sludge will likely be a high ratio of SAS and potentially lower than ideal dry solids. (Data can be provided on request). This should be taken into consideration when providing suitable equipment.
In addition to indigenous sludge there will be a requirement for cake import equipment able to treat up to an approximate additional 13,500 wet tonnes of imported cake per annum which is estimated to be between 20-24% dried solids. This is an estimate only using recent output figures following decommissioning of digesters at Stirling and Dalderse WWTW’s. This figure may fluctuate. Any additional capacity for cake imports would be welcomed to provide contingency for import restrictions elsewhere in the network.
The supplied centrifuge should be capable of dealing with peaks in the sludge production. Equipment should be able to operate at approx. 40m3 per hour flow throughput through the supplied centrifuge and lime plant, of sludge whilst maintaining a solids capture rate of 97% +/- 2% in the return liquors.
Equipment breakdown should not impact the ability of the successful supplier to accept business as usual cake imports.
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: £6,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
See Procurement Documents for further information.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See Procurement Documents for further information.
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 a single operator
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 January 2026
Local time
12:00pm
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
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Scottish Water
The Bridge, 6 Buchanan Gate, Stepps
Glasgow
G33 6FB
Country
United Kingdom