萝莉原创

萝莉原创 Tenders

14 December 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 8th Dec 2025

Tender Details
Referenceocds-h6vhtk-05f0df
Common Procurement VocabularySludge treatment services
Procurement MethodNegotiated procedure with prior call for competition
Value£6,400,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 8th Dec 2025

Tender Details
Referenceocds-h6vhtk-05f0df
Common Procurement VocabularySludge treatment services
Procurement MethodNegotiated procedure with prior call for competition
Value£6,400,000

Section I: Contracting entity

I.1) Name and addresses

Scottish Water

The Bridge, 6 Buchanan Gate, Stepps

Glasgow

G33 6FB

Contact

Thomas Watson

Email

thomas.watson [at] scottishwater.co.uk

Country

United Kingdom

Region code

UKM - Scotland

Internet address(es)

Main address

https://www.scottishwater.co.uk/

Buyer's address

https://www.scottishwater.co.uk/

I.3) Communication

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

https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects

I.6) Main activity

Water


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Bio Resource Treatment Framework at Kinneil Kerse

Reference number

SW25/WM/1525

II.1.2) Main CPV code

  • 90513800 - Sludge treatment services

II.1.3) Type of contract

Services

II.1.4) Short 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.

II.1.5) Estimated total value

Value excluding VAT: 拢6,400,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Kinneil Kerse Sludge Treatment Centre

II.2.4) Description of the procurement

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 鈥渢ombstones鈥 that may be used, any additionally required material for creating the cake bay shall be provided by the supplier. It is the supplier鈥檚 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鈥檚. 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.

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: 拢6,400,000

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

Duration in months

96

This contract is subject to renewal

No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 4

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


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.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

See Procurement Documents for further information.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

See Procurement Documents for further information.


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 a single operator

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

Date

14 January 2026

Local time

12:00pm

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

English


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.3) Additional information

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

Scottish Water

The Bridge, 6 Buchanan Gate, Stepps

Glasgow

G33 6FB

Email

help [at] scottishwater.co.uk

Country

United Kingdom

Internet address