Scope
Reference
CM3071
Description
Yorkshire Water Services (YWS) is intending to put in place a Framework with a partner(s) who have a proven track record of providing Monosodium Phosphate (MSP). The MSP will be used in YWS clean water treatment sites.
This requirement will be for the following services:
- 32% strength MSP product provision
- 51% strength MSP product provision
- Delivery of MSP product
Commercial tool
Establishes a framework
Total value (estimated)
- £32,900,000 excluding VAT
- £39,500,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 August 2025 to 31 July 2030
- Possible extension to 31 July 2033
- 8 years
Description of possible extension:
The duration of the proposed contract opportunity is 60 months, with optional renewal up to 36 months.
Main procurement category
Goods
CPV classifications
- 24000000 - Chemical products
Contract locations
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
Lot constraints
Maximum number of lots a supplier can be awarded: 2
Description of how multiple lots may be awarded:
The framework will have 3 regionally structured lots: North, South, and East.
Tenders may be submitted for all lots, however Supplier(s) will be limited to winning a maximum of 2 lots, with possible combinations of either North & East, or South & East only. Bidders can only be awarded the East lot if they have been awarded either North or South lots. Bidders will not be able to win both North and South lots together.
Lot 1. North
Description
32% strength MSP product provision, 51% strength MSP product provision, and delivery of MSP product for the North lot
Lot value (estimated)
- £11,500,000 excluding VAT
- £13,800,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. South
Description
32% strength MSP product provision, 51% strength MSP product provision, and delivery of MSP product for the South lot
Lot value (estimated)
- £15,200,000 excluding VAT
- £18,300,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. East
Description
32% strength MSP product provision, 51% strength MSP product provision, and delivery of MSP product for the East lot
Lot value (estimated)
- £6,200,000 excluding VAT
- £7,500,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
The framework will be structured regionally with 3 lots: North, South, and East.
Bidders will be invited to submit quality question responses along with pricing and delivery details for each lot. Lots will be awarded for the contract duration based on combined quality and commercial evaluation of Bidders.
Tenders may be submitted for all lots, however Supplier(s) will be limited to winning a maximum of 2 lots, with possible combinations of either North & East, or South & East only. Bidders can only be awarded the East lot if they have been awarded either North or South lots. Bidders will not be able to win both North and South lots together.
Award method when using the framework
Without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Particular suitability
Lot 1. North
Lot 2. South
Lot 3. East
Small and medium-sized enterprises (SME)
Submission
Submission type
Requests to participate
Deadline for requests to participate
9 June 2025, 5:00pm
Submission address and any special instructions
https://www.yorkshirewater.com/
Please contact Stacy Chang at Stacy.Chang@Yorkshirewater.co.uk to join Ariba Buying Portal and access all tender documents
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
12 July 2025
Recurring procurement
Publication date of next tender notice (estimated): 30 April 2030
Award criteria
Name | Type | Weighting |
---|---|---|
Commercial | Cost | 70% |
Quality | Quality | 30% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Utilities
Competitive flexible procedure description
This procurement is being conducted using the Competitive Flexible Procedure under the Procurement Act 2023. The process will consist of Conditions of Participation Questionnaire and a Tender (ITT). Only those suppliers that meet the conditions of participation requirements will have their tenders evaluated.
A second round of tendering will be conducted, and, if required, the authority may proceed to a third and final stage (Best and Final Offer (BAFO) round). The final contract award will be based on the refined award criteria, as communicated to suppliers during the procedure.
The award criteria and their relative weightings are provided in the tender documents. All communications and submissions must be made electronically via Ariba.
Contracting authority
YORKSHIRE WATER SERVICES LIMITED
- Companies House: 02366682
- Public Procurement Organisation Number: PXGT-3622-WXBQ
Western House
Bradford
BD6 2SZ
United Kingdom
Contact name: Stacy Chang
Region: UKE41 - Bradford
Organisation type: Private utility