Notice Information
Notice Title
Provision of sludge treatment and disposal services
Notice Description
This notice is seeking expressions of interest for the establishment of an Agreement for the provision of sludge treatment and disposal services during 2025-2030. This agreement is envisaged to be the primary route for selecting suppliers for the provision of 5,000 TDS annual sludge treatment and disposal capacity for the duration of the agreement. Any estimated quantities or values contained or referred to in this or other documentation are for guidance only and do not bind Yorkshire Water Services (referenced 'YWS' herein) to buy any specific quantities should the bidder be successful and enter into an Agreement. Process: In the first instance the expression of interests to participate must be submitted via email to Con Metcalf and Rui Santos (con.metcalf@yorkshirewater.co.uk / rui.santos@yorkshirewater.co.uk) ITQs for pre-qualification will be issued to the bidders upon a receipt of an expression of interest. The bidders will then be assessed over two stages: First stage - Qualification: All bidders will be assessed from a capability perspective at the beginning of the process (ITQ). Bidders will need to provide evidence of their capabilities for each lot they intend to bid for, among other qualitative questions. YWS might conduct reference checks with the relevant stakeholders. Scoring criteria for each of the ITQ questions will be shared alongside the questionnaire. Bidders that do not meet the minimum criteria, will be excluded from the process at this stage. Second stage - Invitation To Tender (ITT): YWS will evaluate suppliers for each lot they intend to bid for from a qualitative and commercial perspective. Overall scoring criteria will be shared alongside the procurement documentation.
Lot Information
Capacity provided (per annum): Variable (non-committed volumes)
Successful suppliers will work alongside YWS to provide sludge treatment and disposal services, which are split into different lots reflecting several levels of capacity provided. This activity represents a key initiative for YWS to ensure there is no sludge treatment and disposal capacity shortfall. This procurement activity seeks to secure 5,000 TDS annual sludge treatment and disposal capacity for 5 years. The required service element will not include transporting sludge liquid and cake from any YWS dewatering/export sites. This procurement intends to place an agreement for a five-year period, with a total estimated value (excluding VAT) of PS9,500,000 over the 5 years. The annual estimated value is around PS1,900,000. For each lot there is an option to provide a quote for the level of expected capacity provided per annum. Lot 1 refers to non-committed volumes, where YWS seeks to secure more than 5,000TDS per annum. It is key that suppliers include all cost components such as CAPEX, maintenance, chemical, liquor, disposal, energy and any other relevant cost component. YWS shall reserve the right to award single or multiple lots in order to achieve the best overall commercial solution.
Capacity provided (per annum): 100TDSAs detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.
Capacity provided (per annum): 1,000TDSAs detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.
Capacity provided (per annum): 1,500TDSAs detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.
Capacity provided (per annum): 2,000TDSAs detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.
Capacity provided (per annum): 2,500TDSAs detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.
Capacity provided (per annum): 3,000TDSAs detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.
Capacity provided (per annum): 4,000TDSAs detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.
Capacity provided (per annum): 5,000TDSAs detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03dc03
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/017935-2023
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
45232422 - Sludge-treatment works
90513600 - Sludge removal services
90513800 - Sludge treatment services
90513900 - Sludge disposal services
Notice Value(s)
- Tender Value
- £9,500,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 23 Jun 20232 years ago
- Submission Deadline
- 23 Jul 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- YORKSHIRE WATER SERVICES LIMITED
- Contact Name
- Constantine Metcalf
- Contact Email
- constantine.metcalf@efficioconsulting.com
- Contact Phone
- +44 7894394426
Buyer Location
- Locality
- BRADFORD
- Postcode
- BD6 2SZ
- Post Town
- Bradford
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE4 West Yorkshire
- Small Region (ITL 3)
- TLE41 Bradford
- Delivery Location
- TLE Yorkshire and The Humber
-
- Local Authority
- Bradford
- Electoral Ward
- Royds
- Westminster Constituency
- Bradford South
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03dc03-2023-06-23T12:12:56+01:00",
"date": "2023-06-23T12:12:56+01:00",
"ocid": "ocds-h6vhtk-03dc03",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-03dc03",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Provision of sludge treatment and disposal services",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "90513800",
"description": "Sludge treatment services"
},
"mainProcurementCategory": "services",
"description": "This notice is seeking expressions of interest for the establishment of an Agreement for the provision of sludge treatment and disposal services during 2025-2030. This agreement is envisaged to be the primary route for selecting suppliers for the provision of 5,000 TDS annual sludge treatment and disposal capacity for the duration of the agreement. Any estimated quantities or values contained or referred to in this or other documentation are for guidance only and do not bind Yorkshire Water Services (referenced 'YWS' herein) to buy any specific quantities should the bidder be successful and enter into an Agreement. Process: In the first instance the expression of interests to participate must be submitted via email to Con Metcalf and Rui Santos (con.metcalf@yorkshirewater.co.uk / rui.santos@yorkshirewater.co.uk) ITQs for pre-qualification will be issued to the bidders upon a receipt of an expression of interest. The bidders will then be assessed over two stages: First stage - Qualification: All bidders will be assessed from a capability perspective at the beginning of the process (ITQ). Bidders will need to provide evidence of their capabilities for each lot they intend to bid for, among other qualitative questions. YWS might conduct reference checks with the relevant stakeholders. Scoring criteria for each of the ITQ questions will be shared alongside the questionnaire. Bidders that do not meet the minimum criteria, will be excluded from the process at this stage. Second stage - Invitation To Tender (ITT): YWS will evaluate suppliers for each lot they intend to bid for from a qualitative and commercial perspective. Overall scoring criteria will be shared alongside the procurement documentation.",
"value": {
"amount": 9500000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Capacity provided (per annum): Variable (non-committed volumes)",
"description": "Successful suppliers will work alongside YWS to provide sludge treatment and disposal services, which are split into different lots reflecting several levels of capacity provided. This activity represents a key initiative for YWS to ensure there is no sludge treatment and disposal capacity shortfall. This procurement activity seeks to secure 5,000 TDS annual sludge treatment and disposal capacity for 5 years. The required service element will not include transporting sludge liquid and cake from any YWS dewatering/export sites. This procurement intends to place an agreement for a five-year period, with a total estimated value (excluding VAT) of PS9,500,000 over the 5 years. The annual estimated value is around PS1,900,000. For each lot there is an option to provide a quote for the level of expected capacity provided per annum. Lot 1 refers to non-committed volumes, where YWS seeks to secure more than 5,000TDS per annum. It is key that suppliers include all cost components such as CAPEX, maintenance, chemical, liquor, disposal, energy and any other relevant cost component. YWS shall reserve the right to award single or multiple lots in order to achieve the best overall commercial solution.",
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "2",
"title": "Capacity provided (per annum): 100TDS",
"description": "As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.",
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "3",
"title": "Capacity provided (per annum): 1,000TDS",
"description": "As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.",
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "4",
"title": "Capacity provided (per annum): 1,500TDS",
"description": "As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.",
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "5",
"title": "Capacity provided (per annum): 2,000TDS",
"description": "As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.",
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "6",
"title": "Capacity provided (per annum): 2,500TDS",
"description": "As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.",
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "7",
"title": "Capacity provided (per annum): 3,000TDS",
"description": "As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.",
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "8",
"title": "Capacity provided (per annum): 4,000TDS",
"description": "As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.",
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "9",
"title": "Capacity provided (per annum): 5,000TDS",
"description": "As detailed in Section II.2: Lot 1, II.2.4 Description of the procurement.",
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232422",
"description": "Sludge-treatment works"
},
{
"scheme": "CPV",
"id": "90513600",
"description": "Sludge removal services"
},
{
"scheme": "CPV",
"id": "90513900",
"description": "Sludge disposal services"
}
],
"deliveryAddresses": [
{
"region": "UKE"
}
],
"deliveryLocation": {
"description": "Yorkshire Region"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232422",
"description": "Sludge-treatment works"
},
{
"scheme": "CPV",
"id": "90513600",
"description": "Sludge removal services"
},
{
"scheme": "CPV",
"id": "90513900",
"description": "Sludge disposal services"
}
],
"deliveryAddresses": [
{
"region": "UKE"
}
],
"deliveryLocation": {
"description": "Yorkshire Region"
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232422",
"description": "Sludge-treatment works"
},
{
"scheme": "CPV",
"id": "90513600",
"description": "Sludge removal services"
},
{
"scheme": "CPV",
"id": "90513900",
"description": "Sludge disposal services"
}
],
"deliveryAddresses": [
{
"region": "UKE"
}
],
"deliveryLocation": {
"description": "Yorkshire Region"
},
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232422",
"description": "Sludge-treatment works"
},
{
"scheme": "CPV",
"id": "90513600",
"description": "Sludge removal services"
},
{
"scheme": "CPV",
"id": "90513900",
"description": "Sludge disposal services"
}
],
"deliveryAddresses": [
{
"region": "UKE"
}
],
"deliveryLocation": {
"description": "Yorkshire Region"
},
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232422",
"description": "Sludge-treatment works"
},
{
"scheme": "CPV",
"id": "90513600",
"description": "Sludge removal services"
},
{
"scheme": "CPV",
"id": "90513900",
"description": "Sludge disposal services"
}
],
"deliveryAddresses": [
{
"region": "UKE"
}
],
"deliveryLocation": {
"description": "Yorkshire Region"
},
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232422",
"description": "Sludge-treatment works"
},
{
"scheme": "CPV",
"id": "90513600",
"description": "Sludge removal services"
},
{
"scheme": "CPV",
"id": "90513900",
"description": "Sludge disposal services"
}
],
"deliveryAddresses": [
{
"region": "UKE"
}
],
"deliveryLocation": {
"description": "Yorkshire Region"
},
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232422",
"description": "Sludge-treatment works"
},
{
"scheme": "CPV",
"id": "90513600",
"description": "Sludge removal services"
},
{
"scheme": "CPV",
"id": "90513900",
"description": "Sludge disposal services"
}
],
"deliveryAddresses": [
{
"region": "UKE"
}
],
"deliveryLocation": {
"description": "Yorkshire Region"
},
"relatedLot": "7"
},
{
"id": "8",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232422",
"description": "Sludge-treatment works"
},
{
"scheme": "CPV",
"id": "90513600",
"description": "Sludge removal services"
},
{
"scheme": "CPV",
"id": "90513900",
"description": "Sludge disposal services"
}
],
"deliveryAddresses": [
{
"region": "UKE"
}
],
"deliveryLocation": {
"description": "Yorkshire Region"
},
"relatedLot": "8"
},
{
"id": "9",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45232422",
"description": "Sludge-treatment works"
},
{
"scheme": "CPV",
"id": "90513600",
"description": "Sludge removal services"
},
{
"scheme": "CPV",
"id": "90513900",
"description": "Sludge disposal services"
}
],
"deliveryAddresses": [
{
"region": "UKE"
}
],
"deliveryLocation": {
"description": "Yorkshire Region"
},
"relatedLot": "9"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://service.ariba.com",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"tenderPeriod": {
"endDate": "2023-07-23T17:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-83747",
"name": "YORKSHIRE WATER SERVICES LIMITED",
"identifier": {
"legalName": "YORKSHIRE WATER SERVICES LIMITED",
"id": "YORKSHIRE WATER SERVICES LIMITED",
"schemeEntered": "YORKSHIRE WATER SERVICES LIMITED"
},
"address": {
"streetAddress": "Western House,Western Way, Buttershaw",
"locality": "BRADFORD",
"region": "UKE41",
"postalCode": "BD62SZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Constantine Metcalf",
"telephone": "+44 7894394426",
"email": "constantine.metcalf@efficioconsulting.com",
"url": "https://www.yorkshirewater.com/"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.yorkshirewater.com/",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "WATER",
"description": "Water"
}
]
}
},
{
"id": "GB-FTS-36306",
"name": "Yorkshire Water Services Limited",
"identifier": {
"legalName": "Yorkshire Water Services Limited"
},
"address": {
"locality": "Bradford",
"postalCode": "BD6 2SZ",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-83747",
"name": "YORKSHIRE WATER SERVICES LIMITED"
},
"language": "en"
}