Notice Information
Notice Title
Supply of Water treatment Chemical - Ferric Sulphate
Notice Description
The Supply of Bulk and Packed Ferric Sulphate for the treatment of Water and Wastewater for a period of 10 years.
Lot Information
Lot 1
This procurement activity intends to award contracts for Ferric Sulphate on a dual supply basis for both packed and bulk products. The total estimated value varies from PS140m to PS250m over the 10 year period and delivery is required to circa 100 sites in total. The value range is due to the amount of dosing necessary to meet stringent new EU directives of phosphorous removal (WINEP)coming into play over the next few years as well as the treatment of raw water for drinking. There is a volume ramp up period between Q1 2023 and Q1 2025 when the annual requirements increase from 22,000 tons to 95,000 tons as Yorkshire Water Sites are commissioned. Lots: The Tender will be split into 2 lots - splitting the Yorkshire demand into two geographical areas, with a rough 80/20 split by region. Details and site addresses are covered in the procurement documents. Bidders are required to cover in full at least one of the above-mentioned lots to qualify. The Process: In the first instance the expression of interests to participate must be submitted via email to Hiren Manek (Hiren.Manek@yorkshirewater.co.uk). Upon receipt of an expression of interest a SAP Ariba registration link will be sent to register for the tender process. Potential bidders will then be invited to complete a Request for Information (RFI). After the RFI stage a RFP stage will require tenderers to submit detailed responses to technical questions as well as submitting commercial bids. This procurement activity intends to award the supply of Bulk and Packed Ferric Sulphate on a dual supply basis ensuring there is security of supply to allow Yorkshire Water to meet its Phosphorous removal requirements over both Amp7 and Amp8. Quality criteria: All bidders will be assessed from a capability perspective against a range of technical questions. Bidders will be required to demonstrate their capacity to supply the required volumes requirements in their response. YWS might conduct reference Site visits and/or checks related to the submitted information. Scoring criteria for each of the questions will be shared alongside the questionnaire. Bidders that do not meet the minimum criteria, will be excluded from the process at this stage. Commercial criteria: Bidders will be requested to submit commercials for the provision of the Goods (YWS reserves the right to execute multiple commercial rounds). YWS will evaluate bidders for each lot from a qualitative and commercial perspective. Detailed criteria will be contained in the procurement documents. YWS unconditionally reserves the right to suspend and/or cancel this procurement process at any point at its sole discretion and without any liability. YWS unconditionally reserves the right to cancel, merge, amend either lot, and/or make no award under this procurement process.
Renewal: The duration of the agreements will be for up to 120 months each. Full details will be contained in the procurement documents. The estimated value of the agreements is based on the full term.
Lot 2This procurement activity intends to award contracts for Ferric Sulphate on a dual supply basis for both packed and bulk products. The total estimated value varies from PS140m to PS250m over the 10 year period and delivery is required to circa 100 sites in total. The value range is due to the amount of dosing necessary to meet stringent new EU directives of phosphorous removal (WINEP)coming into play over the next few years as well as the treatment of raw water for drinking. There is a volume ramp up period between Q1 2023 and Q1 2025 when the annual requirements increase from 22,000 tons to 95,000 tons as Yorkshire Water Sites are commissioned. Lots: The Tender will be split into 2 lots - splitting the Yorkshire demand into two geographical areas, with a rough 80/20 split by region. Details and site addresses are covered in the procurement documents. Bidders are required to cover in full at least one of the above-mentioned lots to qualify. The Process: In the first instance the expression of interests to participate must be submitted via email to Hiren Manek (Hiren.Manek@yorkshirewater.co.uk). Upon receipt of an expression of interest a SAP Ariba registration link will be sent to register for the tender process. Potential bidders will then be invited to complete a Request for Information (RFI). After the RFI stage a RFP stage will require tenderers to submit detailed responses to technical questions as well as submitting commercial bids. II.2.5) Award criteria This procurement activity intends to award the supply of Bulk and Packed Ferric Sulphate on a dual supply basis ensuring there is security of supply to allow Yorkshire Water to meet its Phosphorous removal requirements over both Amp7 and Amp8. Quality criteria: All bidders will be assessed from a capability perspective against a range of technical questions. Bidders will be required to demonstrate their capacity to supply the required volumes requirements in their response. YWS might conduct reference Site visits and/or checks related to the submitted information. Scoring criteria for each of the questions will be shared alongside the questionnaire. Bidders that do not meet the minimum criteria, will be excluded from the process at this stage. Commercial criteria: Bidders will be requested to submit commercials for the provision of the Goods (YWS reserves the right to execute multiple commercial rounds). YWS will evaluate bidders for each lot from a qualitative and commercial perspective. Detailed criteria will be contained in the procurement documents. YWS unconditionally reserves the right to suspend and/or cancel this procurement process at any point at its sole discretion and without any liability. YWS unconditionally reserves the right to cancel, merge, amend either lot, and/or make no award under this procurement process.
Renewal: The duration of the agreements will be for up to 120 months each. Full details will be contained in the procurement documents. The estimated value of the agreements is based on the full term.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-030fc5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/002348-2022
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
24 - Chemical products
-
- CPV Codes
24962000 - Water-treatment chemicals
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- £250,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 26 Jan 20224 years ago
- Submission Deadline
- 26 Feb 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- YORKSHIRE WATER SERVICES LIMITED
- Contact Name
- Hiren Manek
- Contact Email
- hiren.manek@yorkshirewater.co.uk
- Contact Phone
- +44 7508214887
Buyer Location
- Locality
- BRADFORD
- Postcode
- BD6 2SZ
- Post Town
- Bradford
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE4 West Yorkshire
- Small Region (ITL 3)
- TLE41 Bradford
- Delivery Location
- TLE Yorkshire and The Humber
-
- Local Authority
- Bradford
- Electoral Ward
- Royds
- Westminster Constituency
- Bradford South
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-030fc5-2022-01-26T17:26:34Z",
"date": "2022-01-26T17:26:34Z",
"ocid": "ocds-h6vhtk-030fc5",
"description": "The contracting authority reserves the right to cancel the procurement and not to proceed with the award of any contract at any stage of the procurement process and/or to award only part or parts of any contract. Save for any mandatory periods, the timescales indicated in this notice are indicative and the contracting authority reserves the right to amend the same.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-030fc5",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Supply of Water treatment Chemical - Ferric Sulphate",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "24962000",
"description": "Water-treatment chemicals"
},
"mainProcurementCategory": "goods",
"description": "The Supply of Bulk and Packed Ferric Sulphate for the treatment of Water and Wastewater for a period of 10 years.",
"lotDetails": {
"maximumLotsAwardedPerSupplier": 1,
"awardCriteriaDetails": "Lots: The Tender will be split into 2 lots - splitting the Yorkshire demand into two geographical areas, with a rough 80/20 split by region. Details and site addresses are covered in the procurement documents. Bidders are required to cover in full at least one of the above-mentioned lots to qualify."
},
"lots": [
{
"id": "1",
"description": "This procurement activity intends to award contracts for Ferric Sulphate on a dual supply basis for both packed and bulk products. The total estimated value varies from PS140m to PS250m over the 10 year period and delivery is required to circa 100 sites in total. The value range is due to the amount of dosing necessary to meet stringent new EU directives of phosphorous removal (WINEP)coming into play over the next few years as well as the treatment of raw water for drinking. There is a volume ramp up period between Q1 2023 and Q1 2025 when the annual requirements increase from 22,000 tons to 95,000 tons as Yorkshire Water Sites are commissioned. Lots: The Tender will be split into 2 lots - splitting the Yorkshire demand into two geographical areas, with a rough 80/20 split by region. Details and site addresses are covered in the procurement documents. Bidders are required to cover in full at least one of the above-mentioned lots to qualify. The Process: In the first instance the expression of interests to participate must be submitted via email to Hiren Manek (Hiren.Manek@yorkshirewater.co.uk). Upon receipt of an expression of interest a SAP Ariba registration link will be sent to register for the tender process. Potential bidders will then be invited to complete a Request for Information (RFI). After the RFI stage a RFP stage will require tenderers to submit detailed responses to technical questions as well as submitting commercial bids. This procurement activity intends to award the supply of Bulk and Packed Ferric Sulphate on a dual supply basis ensuring there is security of supply to allow Yorkshire Water to meet its Phosphorous removal requirements over both Amp7 and Amp8. Quality criteria: All bidders will be assessed from a capability perspective against a range of technical questions. Bidders will be required to demonstrate their capacity to supply the required volumes requirements in their response. YWS might conduct reference Site visits and/or checks related to the submitted information. Scoring criteria for each of the questions will be shared alongside the questionnaire. Bidders that do not meet the minimum criteria, will be excluded from the process at this stage. Commercial criteria: Bidders will be requested to submit commercials for the provision of the Goods (YWS reserves the right to execute multiple commercial rounds). YWS will evaluate bidders for each lot from a qualitative and commercial perspective. Detailed criteria will be contained in the procurement documents. YWS unconditionally reserves the right to suspend and/or cancel this procurement process at any point at its sole discretion and without any liability. YWS unconditionally reserves the right to cancel, merge, amend either lot, and/or make no award under this procurement process.",
"value": {
"amount": 200000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": true,
"renewal": {
"description": "The duration of the agreements will be for up to 120 months each. Full details will be contained in the procurement documents. The estimated value of the agreements is based on the full term."
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "2",
"description": "This procurement activity intends to award contracts for Ferric Sulphate on a dual supply basis for both packed and bulk products. The total estimated value varies from PS140m to PS250m over the 10 year period and delivery is required to circa 100 sites in total. The value range is due to the amount of dosing necessary to meet stringent new EU directives of phosphorous removal (WINEP)coming into play over the next few years as well as the treatment of raw water for drinking. There is a volume ramp up period between Q1 2023 and Q1 2025 when the annual requirements increase from 22,000 tons to 95,000 tons as Yorkshire Water Sites are commissioned. Lots: The Tender will be split into 2 lots - splitting the Yorkshire demand into two geographical areas, with a rough 80/20 split by region. Details and site addresses are covered in the procurement documents. Bidders are required to cover in full at least one of the above-mentioned lots to qualify. The Process: In the first instance the expression of interests to participate must be submitted via email to Hiren Manek (Hiren.Manek@yorkshirewater.co.uk). Upon receipt of an expression of interest a SAP Ariba registration link will be sent to register for the tender process. Potential bidders will then be invited to complete a Request for Information (RFI). After the RFI stage a RFP stage will require tenderers to submit detailed responses to technical questions as well as submitting commercial bids. II.2.5) Award criteria This procurement activity intends to award the supply of Bulk and Packed Ferric Sulphate on a dual supply basis ensuring there is security of supply to allow Yorkshire Water to meet its Phosphorous removal requirements over both Amp7 and Amp8. Quality criteria: All bidders will be assessed from a capability perspective against a range of technical questions. Bidders will be required to demonstrate their capacity to supply the required volumes requirements in their response. YWS might conduct reference Site visits and/or checks related to the submitted information. Scoring criteria for each of the questions will be shared alongside the questionnaire. Bidders that do not meet the minimum criteria, will be excluded from the process at this stage. Commercial criteria: Bidders will be requested to submit commercials for the provision of the Goods (YWS reserves the right to execute multiple commercial rounds). YWS will evaluate bidders for each lot from a qualitative and commercial perspective. Detailed criteria will be contained in the procurement documents. YWS unconditionally reserves the right to suspend and/or cancel this procurement process at any point at its sole discretion and without any liability. YWS unconditionally reserves the right to cancel, merge, amend either lot, and/or make no award under this procurement process.",
"value": {
"amount": 50000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": true,
"renewal": {
"description": "The duration of the agreements will be for up to 120 months each. Full details will be contained in the procurement documents. The estimated value of the agreements is based on the full term."
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "24962000",
"description": "Water-treatment chemicals"
}
],
"deliveryAddresses": [
{
"region": "UKE"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "24962000",
"description": "Water-treatment chemicals"
}
],
"deliveryAddresses": [
{
"region": "UKE"
}
],
"relatedLot": "2"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.yorkshirewater.com",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"periodRationale": "Contract is for long term security of supply of chemicals key to allow YWS to meet its Phosphorus reduction obligations. The volume of Ferric Sulphate required to support the regulation exceeds the existing capacity of the Uk supplier market. Suppliers will be required to invest in additional production volume and having a 10 year framework agreement will facilitate access to funding for the additional investment."
}
},
"tenderPeriod": {
"endDate": "2022-02-26T17:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
}
},
"parties": [
{
"id": "GB-FTS-4608",
"name": "YORKSHIRE WATER SERVICES LIMITED",
"identifier": {
"legalName": "YORKSHIRE WATER SERVICES LIMITED"
},
"address": {
"streetAddress": "Western House,Western Way, Buttershaw",
"locality": "BRADFORD",
"region": "UKE41",
"postalCode": "BD62SZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Hiren Manek",
"telephone": "+44 7508214887",
"email": "hiren.manek@yorkshirewater.co.uk",
"url": "http://www.yorkshirewater.com"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.yorkshirewater.com",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "WATER",
"description": "Water"
}
]
}
},
{
"id": "GB-FTS-26072",
"name": "Yorkshire Water Services",
"identifier": {
"legalName": "Yorkshire Water Services"
},
"address": {
"locality": "Bradford",
"postalCode": "BD6 2SZ",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-4608",
"name": "YORKSHIRE WATER SERVICES LIMITED"
},
"language": "en"
}