Sell2Wales.gov.wales uses cookies which are essential for the site to work. We also use non-essential cookies to help us improve government digital services. Any data collected is anonymised. By continuing to use this site, you agree to our use of cookies.

Accept cookies Cookie Settings

View Notice

The buyer is not using this website to administer the notice. To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Add notice to my Wales Training Site Interest List

Notice Details

Title: Laboratory Analytical Sampling — Waste Water, Soil and Sludge
Published by: Severn Trent Water Limited
Publication Date: 20/06/2018
Deadline Date: 27/07/2018
Deadline Time: 17:00
Notice Type: Contract Notice
Has Documents: No
Has ESPD: No
Abstract:

A full provision of service requirement covering sampling, analysis and reporting of field sampled soils.

The Lot requirement is carried out strictly to a set annual program of testing. All samples are requested via ARF and all results are required to be reported back to Severn Trent water via their system QUIS.

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Severn Trent Water Limited

Severn Trent Centre, 2 St John's Street

Coventry

CV1 2LZ

UK

Contact person: Judith Gaskin

Telephone: +44 2477715000

E-mail: judith.gaskin@severntrent.co.uk

NUTS: UK

Internet address(es)

Main address: www.stwater.co.uk

I.3) Communication

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

www.severntrent.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.severntrent.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Laboratory Analytical Sampling — Waste Water, Soil and Sludge

II.1.2) Main CPV code

90000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Sampling, analysis and reporting requirements to both UKAS and MCERTs accredited levels including, but not limited to Soils, Trade Effluent and Formal Samples, Tankered Waste (Domestic and Trade), Landfill monitoring, Pipeline assessments, Settled sewage, OSM, UWW and Sludge.

II.1.5) Estimated total value

Value excluding VAT: 3 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

II.2) Description

Lot No: 1

II.2.1) Title

Soils

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

A full provision of service requirement covering sampling, analysis and reporting of field sampled soils.

The Lot requirement is carried out strictly to a set annual program of testing. All samples are requested via ARF and all results are required to be reported back to Severn Trent water via their system QUIS.

II.2.5) Award criteria

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

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be let for an initial 3 years and it may be extended for a further 4 years in increments to be determined.

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

Lot No: 2

II.2.1) Title

Waste, Non-regulated

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

A provision of services to cover Trade effluent and formal samples, Tankered waste (Domestic and trade), Landfill monitoring, Pipeline assessments and settled sewage.

Trade effluent — A provision requirement of analysis and reporting only. Samples are taken by Severn Trent water staff and delivered to the nominated sample collection sites in accordance with Severn Trent water requirements. Analysis requirements are raised via ARF, all results are required to be reported back to Severn Trent water via their system QUIS.

Formal samples — all samples are taken by Severn Trent water. One sealed bottle is provided, with a Chain of custody form. The laboratory is required to complete all analysis from the one sealed bottle supplied. The Chain of custody form is completed by the Laboratory and returned to Severn Trent water accompanied by a Section 9 statement within 30 days of receipt of the initial sample.

All samples are requested via ARF and all results reported to Severn Trent water via our reporting system called QUIS.

Tankered waste (Domestic and trade)

Provision of Ad Hoc sampling services, Full analysis and reporting

Although most of the sampling on Tankered waste is performed by Severn Trent Tankered waste technicians, Severn Trent does require provision of competent resource cover to perform Tankered waste technician duties on Severn Trent sites to cover absence, leave, training, etc.

— Provide service to visit sites (circa 33 sites) and conduct sampling and analysis of Tankered waste deliveries

—— Accepting samples and arranging analysis

—— Represent Severn Trent to conduct basic compliance audits, etc.

— Cover a minimum of 3 sites at any one time (ideally ability to cover 5-7 sites on any one day)

— Flexible cover for planned and ad-hoc requirements across all Severn Trent TW sites

—— TTW Sites x 11 and TDW Sites x 33

—— Approximately 700 samples for analysis per annum (may increase to approx. 1000)

Any Resource provided must have suitable knowledge (ideally chemistry or biology background or experience) There is also a requirement for that resource to be trained by Severn Trent to TCP status

Landfill Monitoring

Provision of sampling services, analysis and reporting

The supplier will provide monitoring services for the three landfill sites owned by the Severn Trent as agreed.

For the scope of this Specification, Severn Trent requires the provision of analytical and specialist scientific services which are envisaged as encompassing, though not exclusively, the following key areas of activity:

— sampling and analysis – perimeter emissions,

— sampling and analysis – surface water, groundwater and leachate,

— sampling and analysis – gas

Analytical services — For substances listed in the relevant permits.

Sampling services including:

— sampling equipment

— sample transport and courier services (potential)

— sample reception and registration

— sample containers and container labels

— sampling to be conducted in accordance with the Guidance for monitoring trace gas components in Landfill Gas (LFTGN04)

Specialist services including:

— Consultancy and advice.

Support services including:

— Results transfer to Severn Trent in agreed format for submission to the Environment Agency.

Pipeline assessments

Review of site investigation material provided to it by Severn Trent or any third party acting on its behalf as part of its activities relating to the connection of new supply pipes to Severn Trent’s water supply network.

Settled Sewage – Composite Sampling

Provision of sampling, analysis and reporting

The supplier will provide a routine composite sampling programme to deliver settled sewage monitoring at Severn Trent’s larger sewage treatment works.

II.2.5) Award criteria

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

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be let for an initial 3 years and it may be extended for a further 4 years in increments to be determined.

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

Lot No: 3

II.2.1) Title

Waste Water and Sludge — Regulated

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

OSM

A full provision of service is required — covering sampling, analysis and reporting.

OSM is the provision of a planned sampling and analysis programme which shall fully comply with the Environment agency’s requirements for Operator self-monitoring (OSM) of the purchaser’s treatment works consented discharges.

Workload consists of spot sampling from 814 discharge points including both sewage treatment and water production sites. Sampling is completed as per a defined annual plan on Sample Manager for over 8 400 samples per annum.

Field tests carried out also including NH3, pH and Temperature. Samplers are also technically observing works and final points.

A fixed suite of analysis are required by potential Vendor.

Sample manager requests sampling and analytical schedules and all results require reporting back to Severn Trent Water via their QUIS system.

A Regulated area, this Lot requires MCERTS covering sampling and analysis along with Site and Lab external audits.

UWW

A full provision of service covering sampling, analysis and reporting.

UWW is the provision of a planned sampling and analysis programme which shall fully comply with the Urban Waste Water Regulations (UWWTR) on STW’s treatment works consented discharges, and maintenance of the auto samplers.

Composite samples are taken from approximately 269 sewage treatment facilities with over 8 000 samples required per annum.

STW has a regulatory compliance to inform the Environment agency of any deviations from its plan.

A fixed suite of analyses are required to be undertaken in Vendor's elected Labs.

All samples for both streams are requested via ARF and all results require reporting back to Severn Trent Water via their QUIS system.

A Regulated area, this Lot requires MCERTS covering sampling and analysis along with Site and Lab external audits.

Sludge

A full provision of service is required — covering sampling, analysis and reporting (except for Sludge microbiology which is currently analysed by Severn Trent Water’s internal laboratories).

Sludge analysis (excluding microbiological analysis) is part of Severn Trent Water’s sludge treatment process management to ensure that they are operating optimally; and sludge quality is compliant before being recycled to agricultural land. There are 2 streams — regulatory and process sludges.

Regulatory stream — managed to HACCP standards with extended testing of digested sludges. Sampling is a requirement and samples are taken from the digester feed and cake pad bays.

BAS samples are taken 6 times over a 60 day period from 38 sites to confirm that the Severn Trent Water’s process is operating effectively. Samples are also taken from the digester feed and chute (final product). Once limits are assessed then only the final product is sampled across just 40 sites every 3 months. If the final product fails revalidation sampling may be required.

Process sludge stream – this stream is low volume and very rare in requirement.

All samples for both streams are requested via ARF and all results require reporting back to Severn Trent Water via their QUIS system.

II.2.5) Award criteria

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

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

The Framework will be let for an initial 3 years and it may be extended for a further 4 years in increments to be determined.

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.1.2) 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.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with 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 with several operators.

IV.1.8) Information about 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: 27/07/2018

Local time: 17:00

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

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Severn Trent Water Limited

Coventry

UK

VI.5) Date of dispatch of this notice

18/06/2018


Information added to the notice since publication.

Additional information added to the notice since it's publication.
No further information has been uploaded.
Main Contact: judith.gaskin@severntrent.co.uk
Admin Contact: N/a
Technical Contact: N/a
Other Contact: N/a

Commodity Categories

Commodity Categories
There are no commodity categories for this notice.

Delivery Locations

Delivery Locations
IDDescription
100UK - All

Alert Region Restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

Alert Region Restrictions
There are no alert restrictions for this notice.

Copyright © Wales Training Site