Section one: Contracting authority
one.1) Name and addresses
Devon County Council
County Hall, Topsham Road
Exeter
EX2 4QD
Contact
Mr Max Townsend
Country
United Kingdom
Region code
UKK - South West (England)
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Corserv Ltd (on behalf of Cornwall Council)
Redruth
Country
United Kingdom
Region code
UKK3 - Cornwall and Isles of Scilly
Internet address(es)
Main address
one.1) Name and addresses
North Somerset Council
Weston Super Mare
Country
United Kingdom
Region code
UKK23 - Somerset
Internet address(es)
Main address
one.1) Name and addresses
Torbay Council
Torquay
Country
United Kingdom
Region code
UKK42 - Torbay
Internet address(es)
Main address
one.1) Name and addresses
BCP (Bournemouth, Christchurch & Poole) Council
Bournemouth
steven.canzian@bcpcouncil.gov.uk
Country
United Kingdom
Region code
UKK24 - Bournemouth, Christchurch and Poole
Internet address(es)
Main address
one.1) Name and addresses
Devon and Somerset Fire and Rescue
Exeter
Country
United Kingdom
Region code
UKK - South West (England)
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.supplyingthesouthwest.org.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.supplyingthesouthwest.org.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
CP2547-24 South West Collaborative De-Icing Salt Framework 2025-2029
Reference number
DN761302
two.1.2) Main CPV code
- 34000000 - Transport equipment and auxiliary products to transportation
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Partner Organisations named in this document have a requirement to purchase de-icing salt to be spread onto roads during their winter maintenance programme period. This invitation to tender relates primarily to the requirements of Devon County Council, Corserv Ltd (on behalf of Cornwall Council), North Somerset Council, Torbay Council, National Highways shared depots in Devon & Cornwall, Devon and Somerset Fire & Rescue Service and BCP Council. The procurement is also being carried out for the benefit of other public sector organisations within the geographic county of Devon who can use the framework with permission from Devon County Council. These organisations would then become Partner Organisations.
The purpose of this tender is twofold:
(A) To select a supplier (or suppliers) to provide the Partner Organisations with their de-icing salt requirements for the 2025-2026 winter spreading season, comprising a bulk order plus additional top-ups as and when they may be required (forecast quantities provided, indicatively). The supplier (or suppliers) in this context will be the top scoring bidder for each Lot. They will be required to supply during the first 12 months of the framework at the rates they submitted at the time of the framework tender.
(B) To establish a Framework Agreement which comprises qualified suppliers who will be periodically invited to submit future quotations through ‘Mini Competitions’ to provide the Partner Organisations with their requirements for each future spreading season within the duration of the Framework Agreement. This invitation to tender will identify suppliers to be appointed to the Framework Agreement detailed herein;
Mini competitions for annual demands for years 2026/27, 2027/28 and 2028/29 will be issued prior to the summer delivery period for evaluation based on price only.
Devon County Council is expecting to appoint up to 5 suppliers per Lot onto the Framework Agreement for the supply of de-icing salt for each of the following:
Lot 1 Bulk de-icing salt to BS3247:2011 + A1:2016
Lot 2 Bulk coated de-icing salt
Lot 3 Bulk brining salt for use in saturators
Lot 4 25kg bags in 1 tonne packs and 1 tonne dumpy bags of de-icing salt to BS3247:2011 + A1:2016
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Bulk de-icing salt to BS3247:2011 + A1:2016
Lot No
1
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
two.2.4) Description of the procurement
Bulk de-icing salt to BS3247:2011 + A1:2016
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
30 June 2029
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Bulk coated de-icing salt
Lot No
2
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
two.2.4) Description of the procurement
Bulk coated de-icing salt
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
30 June 2029
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Bulk brining salt for use in saturators
Lot No
3
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
two.2.4) Description of the procurement
Bulk brining salt for use in saturators
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
30 June 2029
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
25kg bags in 1 tonne packs and 1 tonne dumpy bags of de-icing salt to BS3247:2011 + A1:2016
Lot No
4
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
two.2.4) Description of the procurement
25kg bags in 1 tonne packs and 1 tonne dumpy bags of de-icing salt to BS3247:2011 +
A1:2016
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
30 June 2029
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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 4 years:
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
28 March 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Authority reserves the right to cancel the procurement process at any stage. The
Authority does not bind itself to accept the lowest or any tender, and reserves the right not
to award a contract. The Authority reserves the right to award the contract in part, or to call
for new tenders should it consider this necessary. Economic Operators remain responsible
for all costs and expenses incurred by them or by any third party acting under instructions
from them in connection with their participation in this procurement, whether incurred
directly by them or their advisors or subcontractors and regardless of whether such costs
arise as a consequence direct or indirect of any amendments to documents issued by the
Authority at any time, or as a consequence of the cancellation of the procurement by the
Authority. For the avoidance of doubt, the Authority shall have no liability whatsoever to
Economic Operators or their advisors or subcontractors, for any of their costs, including but
not limited to those for any discussions or communications. Any contract(s) entered into as a
result of this contract notice shall be considered as a contract(s) made under English law
and subject to the exclusive jurisdiction of the English courts. If an Economic Operator
considers that any information supplied by it during this procurement process is
commercially sensitive or confidential in nature, this should be highlighted and the reasons
for its sensitivity as well as the duration of that sensitivity specified. Economic Operators
should be aware that even where they have indicated that information is commercially
sensitive, the Authorities may disclose it pursuant to the Freedom of Information Act 2000
in response to a request for information where such disclosure is considered to be in the
public interest. Please note that the receipt by the Authority of any materials marked
"confidential" or equivalent shall not be taken to mean that any of the Authority accepts any
duty of confidence by virtue of that marking.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom