Tender

prj_3928 - Supply of Commodity Chemicals Framework

  • Southern Water Services Ltd.

F05: Contract notice – utilities

Notice identifier: 2023/S 000-015534

Procurement identifier (OCID): ocds-h6vhtk-03d2e4

Published 1 June 2023, 11:52am



Section one: Contracting entity

one.1) Name and addresses

Southern Water Services Ltd.

Southern House

Worthing

BN13 3NX

Contact

Simon Logan

Email

Simon.Logan@southernwater.co.uk

Telephone

+44 1903264444

Country

United Kingdom

Region code

UKJ - South East (England)

Internet address(es)

Main address

https://southernwater.co.uk

one.3) Communication

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

https://southernwater.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://southernwater.bravosolution.co.uk/

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://southernwater.bravosolution.co.uk/

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

prj_3928 - Supply of Commodity Chemicals Framework

two.1.2) Main CPV code

  • 24962000 - Water-treatment chemicals

two.1.3) Type of contract

Supplies

two.1.4) Short description

SWS are seeking tenders for the `supply and management of chemicals (to be delivered in a safe and environmentally responsible way in accordance with SWS procedures and guidelines necessary for its day-to-day operation, the treatment of waste water and provision of clean water. Disruption to the supply of chemicals could have an impact on operations and / or brand perception therefore the continuity of supply is essential and Tendering companies must have the resources, management, capacity, sourcing power and processing capability to meet SWS expectations, spikes in demand and fluctuating volumes. The use of telemetry, VIM (vendor inventory management) or automated stock control and re-ordering systems is essential.

The objective of this tender is to ensure that SWS have a resilient supply chain to minimise the impact of any supply disruptions. SWS will seek to award Framework Agreements to a pool of successful Tenderers (Service Providers). The Award of Business will be determined by suppliers placing the most competitive bid for supply of each chemical. Where possible, up to eight suppliers will be Awarded Business for each chemical (the winner will be given a majority share and runner up will be offered a minor share).

two.1.5) Estimated total value

Value excluding VAT: £104,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 14400000 - Salt and pure sodium chloride
  • 24310000 - Basic inorganic chemicals
  • 24311411 - Sulphuric acid
  • 24311420 - Phosphoric acid
  • 24311500 - Hydroxides as basic inorganic chemicals
  • 24311520 - Sodium hydroxide
  • 24311521 - Caustic soda
  • 24311800 - Carbon
  • 24312122 - Ferric chloride
  • 24313122 - Ferric sulphate
  • 24313123 - Sulphate of aluminium
  • 24313124 - Sodium sulphate
  • 24315000 - Miscellaneous inorganic chemicals
  • 24322210 - Methanol
  • 24962000 - Water-treatment chemicals

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

Southern Water's region

two.2.4) Description of the procurement

SWS are seeking tenders for the `supply and management of chemicals (to be delivered in a safe and environmentally responsible way in accordance with SWS procedures and guidelines necessary for its day-to-day operation, the treatment of waste water and provision of clean water. Disruption to the supply of chemicals could have an impact on operations and / or brand perception therefore the continuity of supply is essential and Tendering companies must have the resources, management, capacity, sourcing power and processing capability to meet SWS expectations, spikes in demand and fluctuating volumes. The use of telemetry, VIM (vendor inventory management) or automated stock control and re-ordering systems is essential.

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: £104,000,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

There will be options to extend the framework by either three, annual options to extend the Framework, or one, three year extension, at SWS’ discretion by a further period of up to 3 years (8 years total).

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

Envisaged minimum number: 3

Maximum number: 10

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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.2.14) Additional information

The opportunity can be accessed via:

https://southernwater.bravosolution.co.uk/go/7849904501887690FE8E


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

Envisaged maximum number of participants to the framework agreement: 8

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

3 July 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

24 July 2023

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


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

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Southern Water Services

Durrington

Country

United Kingdom