Tender

Supply of Water treatment Chemical - Ferric Sulphate

  • YORKSHIRE WATER SERVICES LIMITED

F05: Contract notice – utilities

Notice identifier: 2022/S 000-002348

Procurement identifier (OCID): ocds-h6vhtk-030fc5

Published 26 January 2022, 5:26pm



Section one: Contracting entity

one.1) Name and addresses

YORKSHIRE WATER SERVICES LIMITED

Western House,Western Way, Buttershaw

BRADFORD

BD62SZ

Contact

Hiren Manek

Email

hiren.manek@yorkshirewater.co.uk

Telephone

+44 7508214887

Country

United Kingdom

NUTS code

UKE41 - Bradford

Internet address(es)

Main address

www.yorkshirewater.com

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

www.yorkshirewater.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.yorkshirewater.com

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of Water treatment Chemical - Ferric Sulphate

two.1.2) Main CPV code

  • 24962000 - Water-treatment chemicals

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Supply of Bulk and Packed Ferric Sulphate for the treatment of Water and Wastewater for a period of 10 years.

two.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: 1

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

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.

two.2) Description

two.2.1) Title

Lot No

1

two.2.2) Additional CPV code(s)

  • 24962000 - Water-treatment chemicals

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

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 £140m to £250m 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.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £200,000,000

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

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

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.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot No

2

two.2.2) Additional CPV code(s)

  • 24962000 - Water-treatment chemicals

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

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 £140m to £250m 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.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £50,000,000

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

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

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.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 8 years:

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.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

26 February 2022

Local time

5:00pm

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

six.3) Additional information

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.

six.4) Procedures for review

six.4.1) Review body

Yorkshire Water Services

Bradford

BD6 2SZ

Country

United Kingdom