Construction Tenders

29 April 2025

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots 3

Status Active

Published 13th Feb 2025

Tender Details
Referenceocds-h6vhtk-04dee5
Common Procurement VocabularySludge transport services
Procurement MethodNegotiated procedure with prior call for competition
Value£24,800,000
« Previous Page

United Kingdom

Category Services

Type

No. of Lots 3

Status Active

Published 13th Feb 2025

Tender Details
Referenceocds-h6vhtk-04dee5
Common Procurement VocabularySludge transport services
Procurement MethodNegotiated procedure with prior call for competition
Value£24,800,000

Section I: Contracting entity

I.1) Name and addresses

United Utilities Water Limited

Lingley Mere Business Park

Warrington

WA5 3LP

Contact

Donna Muldoon

Email

Donna.Muldoon [at] uuplc.co.uk

Telephone

+44 1925678012

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

02366678

Internet address(es)

Main address

https://www.unitedutilities.com

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=90377&B=UNITEDUTILITIES

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=90377&B=UNITEDUTILITIES

Tenders or requests to participate must be submitted to the above-mentioned address

I.6) Main activity

Water


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Biosolids Delivery and Field Management Services

Reference number

PRO004672

II.1.2) Main CPV code

  • 90513700 - Sludge transport services

II.1.3) Type of contract

Services

II.1.4) Short description

The tender is for the collection, transportation and unloading of Biosolids from Wastewater Treatment Works to customers land (farming land) and field management services, whereby the Biosolids is stockpiled on delivery utilising ground mats and excavators by the Suppliers

II.1.5) Estimated total value

Value excluding VAT: £24,800,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Lot 1 North

Lot No

1

II.2.2) Additional CPV code(s)

  • 90513600 - Sludge removal services
  • 90513900 - Sludge disposal services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The sites involved in this lot Carlisle WwTW and Penrith WwTW

The tender is for the collection, transportation and unloading of Biosolids from the above Wastewater Treatment Works to customers land (farming land) and field management services, whereby the Biosolids is stockpiled on delivery utilising ground mats and excavators by the Suppliers

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £3,200,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

The Framework will be awarded for 4 years with the option to extend for upto a further 4 years thereafter

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 2 Central

Lot No

2

II.2.2) Additional CPV code(s)

  • 90513600 - Sludge removal services
  • 90513900 - Sludge disposal services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

North West England

II.2.4) Description of the procurement

The sites involved in this lot Blackburn WwTW

The tender is for the collection, transportation and unloading of Biosolids from the above Wastewater Treatment Works to customers land (farming land) and field management services, whereby the Biosolids is stockpiled on delivery utilising ground mats and excavators by the Suppliers

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £14,300,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

The Framework will be awarded for 4 years with the option to extend for upto a further 4 years thereafter

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Transfer Station and other WwTW

The tender is for the collection, transportation and unloading of Biosolids from the above Wastewater Treatment Works to customers land (farming land) or alternate end destinations

II.2) Description

II.2.1) Title

Lot 3 Additional Transportation Services (1)

Lot No

3

II.2.2) Additional CPV code(s)

  • 90513600 - Sludge removal services
  • 90513900 - Sludge disposal services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

North West England

II.2.4) Description of the procurement

Transfer stations and additional sites

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £7,100,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

The Framework will be awarded for 4 years with the option to extend for upto a further 4 years thereafter

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to procurement documents

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Please refer to procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure with prior call for competition

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 7

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

17 March 2025

Local time

12:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

23 April 2025

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

High Court of England & Wales

City of Westminster

London

Country

United Kingdom