ARCHIVED USERS: Treatment of Bio Resource (Sludge)

  ARCHIVED USERS is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Treatment of Bio Resource (Sludge)
Notice type: Contract Notice - Utilities
Authority: ARCHIVED USERS
Nature of contract: Services
Procedure: Negotiated with competition
Short Description: Scottish Water is seeking to appoint suppliers to de-water and treat wastewater liquid sludge.
Published: 29/06/2020 10:53
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Glasgow: Sludge treatment services.
Section I: Contracting Authority
      I.1) Name and addresses
             Scottish Water
             6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
             Tel. +44 7825203975, Email: nicola.young@scottishwater.co.uk
             Contact: Nicola Young
             Main Address: https://www.scottishwater.co.uk
             NUTS Code: UKM
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Glasgow:-Sludge-treatment-services./7299E86J36
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/7299E86J36 to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided

      I.6) Main activity:
            Water

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Treatment of Bio Resource (Sludge)       
      Reference Number: SW20/S&W/1318
      II.1.2) Main CPV Code:
      90513800 - Sludge treatment services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Scottish Water is seeking to appoint suppliers to de-water and treat wastewater liquid sludge.       
      II.1.5) Estimated total value:
      Value excluding VAT: 4,300,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
   
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKM SCOTLAND
      
      II.2.4) Description of procurement: Scottish Water is seeking to appoint suppliers to de-water and treat wastewater liquid sludge producing a product that meets an enhanced treated standard, as defined in the requirements of the Safe Sludge Matrix, at our waste water treatment sites at Kinneil Kerse (Grangemouth) and Perth.

The supplier must conform to the Bio-solids Assurance Scheme and comply with Hazard Analysis and Critical Control Points (HACCP) plans for each site and ensure the final product meets the criteria of the Safe Sludge Matrix.
The dewatering and treatment equipment must be suitably sized to deal with daily peak flows, produces a final product at 25 ds ± 2% and maintains a solids capture of greater than 98%.
The supplier must produce an odour management plan, which satisfies Scottish Water, SEPA (Waste Management Licence) and Local Authority (The Odour Code of Practice), and adhere to this for the duration of the contract.
On occasion the plant may be required to operate out with core working hours to deal with high volumes of sludge.
A suitable space is available on both Scottish Water sites which the supplier may wish to utilise; Scottish Water would consider an off-site treatment of dewatered cake producing an enhanced treated standard as defined in the requirements of the Safe Sludge Matrix.

The supplier may also be required to provide the provision of labour for Ad Hoc/ Emergency dewatering activities at Sheildhall WWTW, using SW owned equipment.

Scottish Water would in all cases organise the transport and recycling of the enhanced product to agriculture.

Further information is provided within the Treatment of Bio Resource Scope document.
      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: 4,300,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: An initial term of three years with two years worth of extension options, at Scottish Water’s discretion.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
             
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: The PQQ documents can also be accessed by logging in through the Scottish Water Delta e-sourcing webpage https://www.delta-esourcing.com and through the Response Manager section using the following Access Code: 7299E86J36       
   


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:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Applicants will be expected to be of sufficient financial and economic standing to support the anticipated contract value. All applicants must complete the financial questions within the pre-qualification questionnaire and tender documents. Financial standing relevant to the anticipated contract value will be determined by Scottish Water based on the response to the pre-qualification questionnaire and any further financial checks deemed necessary    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.4) Objective rules and criteria for participation
            Not Provided      
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      III.1.6) Deposits and guarantees required:
      Scottish Water reserves the right to require deposits, guarantees, bonds or other forms of appropriate security    
      III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      All prices quoted shall be in Sterling (UK) and all payments shall be made in Sterling (UK). Payment shall be made on the basis of completed services in accordance with the agreed contract rates, schedules and conditions of contract   
      III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      In the event of a group of companies submitting an accepted offer it will be necessary for each member of the group to sign an undertaking that each company in the group will be jointly and severally liable for the satisfactory performance of the contract      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      Bidders must comply with modern slavery act and operate an ethical supply chain          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
   
Section IV: Procedure
   IV.1) Description NEGOTIATED_WITH_COMPETITION
      IV.1.1) Type of procedure: Competitive procedure with negotiation   
   
   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 a single operator       
         Envisaged maximum number of participants to the framework agreement:
Not Provided                     
         In the case of framework agreements justification for any duration exceeding 8 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 27/07/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 27/08/2020       
      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: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: Scottish Water will not accept the ESPD. We will only accept a completed Scottish Water PQQ document. This Notice does not preclude Scottish Water from issuing other notices for specific requirements. Responses to the OJEU Notice will be evaluated and only successful applicants following PQQ evaluation will be invited to submit a tender. Scottish Water reserves the right to divide the scope of the contract into lots at tender and contract award stages as it deems appropriate. Applicants who fail to supply all of the information requested in response to this Notice or any resulting tender exercise may risk elimination
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://scottishwater.delta-esourcing.com/tenders/UK-UK-Glasgow:-Sludge-treatment-services./7299E86J36

To respond to this opportunity, please click here:
https://scottishwater.delta-esourcing.com/respond/7299E86J36
   VI.4) Procedures for review
   VI.4.1) Review body:
             Glasgow Sheriff Court
       1 Carlton Place, Glasgow, G5 9DA, United Kingdom
       Tel. +44 1414298888, Email: glasgow@scotcourts.gov.uk
   VI.4.2) Body responsible for mediation procedures:
             Scottish Water
          6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
          Tel. +44 8000778778
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 29/06/2020

Annex A


View any Notice Addenda

UK-Glasgow: Sludge treatment services.

Section I: Contracting Entity

   I.1) Name, Addresses and Contact Point(s):
             Scottish Water
             6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
             Tel. +44 7825203975, Email: nicola.young@scottishwater.co.uk
             Contact: Nicola Young
             Main Address: https://www.scottishwater.co.uk
             NUTS Code: UKM

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.6) Main activity:
      Water



Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Treatment of Bio Resource (Sludge)            
      Reference number: SW20/S&W/1318

      II.1.2) Main CPV code:
         90513800 - Sludge treatment services.
      

      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Scottish Water is seeking to appoint suppliers to de-water and treat wastewater liquid sludge.

      II.1.6) Information about lots
         This contract is divided into lots: No

      
   II.2) Description

      II.2.1) Title: Not Provided       
      Lot No: Not Provided

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKM - SCOTLAND
   
      Main site or place of performance:
      SCOTLAND
             

      II.2.4) Description of the procurement: Scottish Water is seeking to appoint suppliers to de-water and treat wastewater liquid sludge producing a product that meets an enhanced treated standard, as defined in the requirements of the Safe Sludge Matrix, at our waste water treatment sites at Kinneil Kerse (Grangemouth) and Perth. The supplier must conform to the Bio-solids Assurance Scheme and comply with Hazard Analysis and Critical Control Points (HACCP) plans for each site and ensure the final product meets the criteria of the Safe Sludge Matrix. The supplier must produce an odour management plan, which satisfies Scottish Water, SEPA (Waste Management Licence) and Local Authority (The Odour Code of Practice) and adhere to this for the duration of the contract. The supplier may also be required to provide the provision of labour for Emergency dewatering activities at Sheildhall WWTW, using SW owned equipment. Scottish Water would in all cases organise the transport and recycling of the enhanced product to agriculture.

      II.2.5) Award criteria:

         Agree to publish? Yes
          Not Provided          

      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: The PQQ documents can also be accessed by logging in through the Scottish Water Delta e-sourcing webpage https://www.delta-esourcing.com and through the Response Manager section using the following Access Code: 7299E86J36




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: Yes       

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
      Notice number in the OJ S: 2020/S 125-307373
            

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No




Section V: Award of contract

Award Of Contract (No.1)
   
   Contract No: SW20/S&W/1318    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/02/2021

      V.2.2) Information about tenders

         Agree to publish? Yes

         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided          

         The contract has been awarded to a group of economic operators: No

      V.2.3) Name and address of the contractor

         Agree to publish? Yes
         
         Contractor (No.1)
             Veolia Water Outsourcing Ltd, 02518607
             210 Pentonville Road, London, N1 9JY, United States
             Tel. +44 7557289048, Email: jane.winslow@veolia.com
             NUTS Code: UKM
            The contractor is an SME: No



      V.2.5) Information about subcontracting

         The contract is likely to be subcontracted: No
         

      V.2.6) Price paid for bargain purchases

         Value excluding VAT: Not Provided          
         Currency: Not Provided




Section VI: Complementary information

   VI.3) Additional information: Scottish Water will not accept the ESPD. We will only accept a completed Scottish Water PQQ document. This Notice does not preclude Scottish Water from issuing other notices for specific requirements. Responses to the OJEU Notice will be evaluated and only successful applicants following PQQ evaluation will be invited to submit a tender. Scottish Water reserves the right to divide the scope of the contract into lots at tender and contract award stages as it deems appropriate. Applicants who fail to supply all of the information requested in response to this Notice or any resulting tender exercise may risk elimination
To view this notice, please click here:
https://scottishwater.delta-esourcing.com/delta/viewNotice.html?noticeId=576851716

   VI.4) Procedures for review

      VI.4.1) Review body
          Glasgow Sheriff Court
          1 Carlton Place, Glasgow, G5 9DA, United Kingdom
          Tel. +44 1414298888, Email: glasgow@scotcourts.gov.uk

      VI.4.2) Body responsible for mediation procedures
          Scottish Water
          6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
          Tel. +44 8000778778

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 08/03/2021







View Award Notice