Notice Information
Notice Title
Bio Resource Treatment Framework at Kinneil Kerse
Notice 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.
Lot Information
Lot 1
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. Additional information: https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05f0df
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/080654-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- 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
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90513800 - Sludge treatment services
Notice Value(s)
- Tender Value
- £6,400,000 £1M-£10M
- Lots Value
- £6,400,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Dec 20252 months ago
- Submission Deadline
- 14 Jan 2026Expired
- 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
- SCOTTISH WATER
- Contact Name
- Thomas Watson
- Contact Email
- thomas.watson@scottishwater.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- GLASGOW
- Postcode
- G33 6FB
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM34 North Lanarkshire
- Delivery Location
- TLM Scotland
-
- Local Authority
- North Lanarkshire
- Electoral Ward
- Stepps, Chryston and Muirhead
- Westminster Constituency
- Cumbernauld and Kirkintilloch
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-05f0df-2025-12-08T14:29:41Z",
"date": "2025-12-08T14:29:41Z",
"ocid": "ocds-h6vhtk-05f0df",
"description": "https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects",
"initiationType": "tender",
"tender": {
"id": "SW25/WM/1525",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Bio Resource Treatment Framework at Kinneil Kerse",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "90513800",
"description": "Sludge treatment services"
},
"mainProcurementCategory": "services",
"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.",
"value": {
"amount": 6400000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "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.<br/><br/>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.<br/><br/>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). <br/><br/>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.<br/><br/>The supplier must comply with the Sludge Treatment Facilities - Waste Management Licence Odour Management Plan, and other site associated Scottish Water processes and procedures.<br/>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.<br/><br/>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. <br/><br/>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.<br/><br/>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.<br/><br/>Equipment breakdown should not impact the ability of the successful supplier to accept business as usual cake imports. Additional information: https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects",
"value": {
"amount": 6400000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 4
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "Kinneil Kerse Sludge Treatment Centre"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"reductionCriteria": "See Procurement Documents for further information."
},
"contractTerms": {
"performanceTerms": "See Procurement Documents for further information.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2026-01-14T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-130632",
"name": "Scottish Water",
"identifier": {
"legalName": "Scottish Water"
},
"address": {
"streetAddress": "The Bridge, 6 Buchanan Gate, Stepps",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G33 6FB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Thomas Watson",
"email": "thomas.watson@scottishwater.co.uk",
"url": "https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects"
},
"roles": [
"buyer",
"mediationBody"
],
"details": {
"url": "https://www.scottishwater.co.uk/",
"buyerProfile": "https://www.scottishwater.co.uk/",
"classifications": [
{
"id": "WATER",
"scheme": "TED_CE_ACTIVITY",
"description": "Water"
}
]
},
"additionalContactPoints": [
{
"email": "help@scottishwater.co.uk"
}
]
},
{
"id": "GB-FTS-2553",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-130632",
"name": "Scottish Water"
},
"language": "en"
}