ÃÍÁÏÊÓÆµ

Construction Tenders

21 October 2025

Related Information

Construction Contract Leads

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 16th Oct 2025

Tender Details
Referenceocds-h6vhtk-05ce5e
Common Procurement VocabularySludge-processing equipment
Procurement MethodNegotiated procedure with prior call for competition
Value£2,800,000
« Previous Page

No location provided

Category Goods

Type

No. of Lots 1

Status Active

Published 16th Oct 2025

Tender Details
Referenceocds-h6vhtk-05ce5e
Common Procurement VocabularySludge-processing equipment
Procurement MethodNegotiated procedure with prior call for competition
Value£2,800,000

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

Buyer's address

I.3) Communication

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

I.6) Main activity

Water


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Rental of Lime Treatment Equipment for Sewage Cake at Allanfearn WWTW

Reference number

SW25/WM/1523

II.1.2) Main CPV code

  • 42996900 - Sludge-processing equipment

II.1.3) Type of contract

Supplies

II.1.4) Short description

Procurement exercise for the Rental of Lime Treatment Equipment at Scottish Water's Waste Water Treatment Works at Allanfearn to stabilise dewatered sewage cake. The equipment must ensure effective mixing of lime with sewage cake, precise dose control, and safe handling of materials. The supplier shall provide all necessary equipment, training, and maintenance support for the duration of the rental period.

II.1.5) Estimated total value

Value excluding VAT: £2,800,000

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

Allanfearn Waste Water Treatment Works

II.2.4) Description of the procurement

This description outlines the requirements for the rental of lime treatment equipment at Scottish Water’s Allanfearn Waste Water Treatment Site to stabilise dewatered sewage cake. The equipment must ensure effective mixing of lime with sewage cake, precise dose control, and safe handling of materials. The supplier shall provide all necessary equipment, training, and maintenance support for the duration of the rental period.

Scope of Supply
The supplier shall provide a complete lime treatment system for hire, including but not limited to:

Lime Storage Silo
• A sealed, weatherproof silo with sufficient capacity for lime storage. There should be enough capacity to allow for a full load of quick lime to be added prior to running empty to allow for a continuous operation of the plant.
• Dust suppression and venting to prevent environmental contamination.
• Level indicators to monitor lime quantity.
• A method of delivering the lime to the mixing unit in a controlled dose rate.
• The silo should not interfere or require any adjustment to the infrastructure or buildings.

Cake Import
• A method of receiving cake import to the lime treatment plant
• This should allow cake to be loaded into the lime treatment plant by a telehandler or other similar type plant.

Twin Screw Auger Mixing System (or similar)
• A twin-screw auger mixer designed to homogenously blend lime with dewatered sewage cake.
• Corrosion-resistant construction suitable for high-pH lime and sewage cake.

Material Conveyance System
• A mechanical conveying system to transfer sewage cake into the mixer. This should ideally be able to be fed automatically from the outlet of the centrifuge.
• A mechanical conveying system to transfer lime into the mixer.
• A mechanical conveying system to transfer treated cake to a clean area that will avoid cross contamination.
• Compatibility with the dewatered cake’s consistency (typically 20 -30% dry solids).
• Minimal spillage and dust generation.

Lime Dosing Control System
• Automated dosing control to regulate lime addition based on sewage cake feed rate.
• Measurement and adjustment of lime dose rate in kg lime per kg dried solids (DS)
• Real-time monitoring with data logging of lime dosing control system.

Safety & Environmental Controls
• Dust extraction/containment systems.
• Emergency stops and safety interlocks.
• Compliance with health, safety, and environmental regulations.

Training Requirements
The supplier shall provide training to a competent level.
• Operator Training: Hands-on instruction on system operation, dosing adjustments, and troubleshooting.
• Safety Training: Proper handling of lime, PPE requirements, and emergency procedures.
• Documentation: User manuals, maintenance guides, and safety protocols.

Maintenance & Support
• A preventative maintenance plan detailing frequencies and tasks required to be completed by operators.
• Preventive Maintenance: Scheduled inspections and servicing to ensure continuous operation. This should consider the requirements of the WWTW’s and adapt to ensure minimum impact.
• Breakdown Support: Technical support with a guaranteed response time for critical failures. This should include out of hours and weekends.
• Spare Parts: Availability of critical spare parts to minimize downtime.

Performance Requirements
• The system must achieve a homogeneous lime-sewage cake mixture with a consistent dose rate (±5% accuracy). This should be calibrated annually as a minimum, with certificates supplied.
• Capable of processing approximately up to 4 tonnes per hour of dewatered sewage cake.
• Minimal unplanned downtime (<2% of operational time).
• The equipment must be able to process 16,000 tonnes per annum. This is the output running at 12 hours per day and is the business-as-usual amount.
• The equipment is expected to have the capacity to handle an additional 500 tonnes per week.
• There is a planned 6-month closure elsewhere that will result in the additional 500 tonnes per week during that period. The additional capacity would come from running the equipment 24 hours.
• The equipment is expected to run business-as-usual 12 hours per day but needs to be able to handle 24 hour per day working.

Delivery, Installation & Commissioning
• Delivery and setup at the designated site within agreed timeframe.
• Full commissioning, including test runs with actual sewage cake to verify performance.
• HACCP Validating the process to demonstrate it is producing an enhanced treated standard biosolids (Scottish Water can assist with lab access if required).

Health & Safety
• A risk assessment for the equipment and standard operating procedure for its operation to be provided by the supplier.

Site Restoration
• Supplier will be required to work with Scottish Water for equipment off hire and site restoration.

Purchase of Equipment
• Scottish Water require the option to purchase the equipment in during the lifetime of the framework.
• The exercise of the purchase option is dependent on Scottish Waters long-term strategy at Allanfearn.
• This procurement will explore extended warranty and service options for the purchase of equipment.
• If Scottish Water exercises the option to purchase the equipment, then the hire rate will no longer be applicable.
• If the supplier does not agree to a provision for Scottish Water to purchase the equipment as part of this tender exercise, then they will have been judged to have provided a non-compliant bid and be removed from the tender process.

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: £2,800,000

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 minimum number: 1

Maximum number: 5

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

19 November 2025

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

To access this opportunity please register using the following link:

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