- Scope of the procurement
- Lot 1. 2024-1056 Hydrogen Peroxide
- Lot 2. 2024-1057 Chloramination and Water Conditioning Chemicals
- Lot 3. 2024-1058 pH and Alkalinity Adjustment
- Lot 4. 2024-1059 Membrane Cleaners, Antiscalants and Disinfection Aids
- Lot 5. 2024:1060 Chemicals for Biological Nutrient Removal (BNR) and Denitrification on Liquor Treatment Plants
- Lot 6. 2024:1061 Operational Chemicals
Section one: Contracting entity
one.1) Name and addresses
ANGLIAN WATER SERVICES LIMITED
Lancaster House Lancaster Way,Ermine Business Park
HUNTINGDON
PE296XU
Contact
Laura Elleray
Telephone
+44 7736452890
Country
United Kingdom
Region code
UKH12 - Cambridgeshire CC
Companies House
02366656
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Operational Chemicals
two.1.2) Main CPV code
- 24000000 - Chemical products
- KA05 - For sewage treatment
- KA09 - For the treatment of water
- KA10 - For use in the water industry
- KA11 - For water utilities
two.1.3) Type of contract
Supplies
two.1.4) Short description
Contracts for the supply of chemicals required for potable water and wastewater treatment plant operations, to include the following categories:
- Advanced Oxidation (Hydrogen Peroxide)
- Chloramination and Water Conditioning (Ammonium Sulphate and Sodium Bisulphite)
- pH and Alkalinity Adjustment (Sodium Bicarbonate, Sodium Carbonate, Sodium Hydroxide and Magnesium Hydroxide)
- Membrane Cleaners, Antiscalants and Disinfection Aids (Ascorbic Acid, Citric Acid, Hydrochloric Acid, Sulphuric Acid, Formic Acid, Salt Tablets and Sodium Hexamethaphosphate)
- Biological Nutrient Removal and Denitrification (Acetic Acid, Glycerol and Methanol)
- Operational Chemicals (Granular Salt, De-ionised Water and Sodium Thiosulphate)
two.1.5) Estimated total value
Value excluding VAT: £24,000,000
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
2024-1056 Hydrogen Peroxide
Lot No
1
two.2.2) Additional CPV code(s)
- 24315300 - Hydrogen peroxide
two.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
Hall Water Treatment Works - Lincolnshire
two.2.4) Description of the procurement
The supply of bulk hydrogen peroxide for advanced oxidation for potable water treatment. Product must meet the BS:EN standard.
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
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Option for extension up to 48 additional months (maxmium length 8 years)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
RFI documentation
RFP documentation
two.2) Description
two.2.1) Title
2024-1057 Chloramination and Water Conditioning Chemicals
Lot No
2
two.2.2) Additional CPV code(s)
- 24413300 - Ammonium sulphate
two.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
Anglian Water Region
two.2.4) Description of the procurement
The supply of packaged powdered and liquid ammonium sulphate for the chloramination of potable water and the supply of packaged and bulk sodium bisulphite for chlorine trimming of potable water. Products must meet the BS:EN standard.
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
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Extension of and additional 48 months (maximum length of 8 years)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
RFI documentation
RFP documentation
two.2) Description
two.2.1) Title
2024-1058 pH and Alkalinity Adjustment
Lot No
3
two.2.2) Additional CPV code(s)
- 24212650 - Magnesium hydroxide
- 24311520 - Sodium hydroxide
- 24311521 - Caustic soda
- 24313310 - Sodium carbonate
- 24313320 - Sodium bicarbonate
two.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
Anglian Water Region
two.2.4) Description of the procurement
Supply of the following chemicals for pH and alkalinity adjustment:
- Packaged sodium bicarbonate for wastewater treatment
- Packaged and bulk sodium carbonate for wastewater treatment
- Packaged and bulk sodium hydroxide liquor for potable water and wastewater treatment. This product must meet the BS:EN standard
- Packaged magnesium hydroxide for wastewater treatment
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
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Extension for an additional 48 months (maximum length of 8 years)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
RFI documentation
RFP documentation
two.2) Description
two.2.1) Title
2024-1059 Membrane Cleaners, Antiscalants and Disinfection Aids
Lot No
4
two.2.2) Additional CPV code(s)
- 24311410 - Inorganic acids
- 24311411 - Sulphuric acid
two.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
Anglian Water Region
two.2.4) Description of the procurement
Supply of the following chemicals required as membrane cleaners, antiscalants and disinfection aids:
- Packaged ascorbic acid for potable water treatment - food grade
- Packaged citric acid for potable water and wastewater treatment - food grade
- Packaged and bulk hydrochloric acid for potable water treatment. Product must meet the BS:EN standard
- Packaged sulphuric aid for potable water treatment. Product must meet the BS:EN standard
- Packaged sodium hexametaphosphate (SHMP) for potable water treatment, Product must meet the BS:EN standard
- Salt tablets for water and wastewater treatment
- Formic acid for wastewater treatment
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: £1,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Extension of an additional 48 months (maximum length of 8 years)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
RFI documentation
RFP documentation
two.2) Description
two.2.1) Title
2024:1060 Chemicals for Biological Nutrient Removal (BNR) and Denitrification on Liquor Treatment Plants
Lot No
5
two.2.2) Additional CPV code(s)
- 24322210 - Methanol
- 24323210 - Acetic acid
- 24964000 - Glycerol
two.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
Anglian Water Region
two.2.4) Description of the procurement
Supply of the following chemicals for the biological nutrient removal and denitrification at wastewater treatment sites:
- Bulk acetic acid
- Bulk glycerol
- Bulk methane
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: £3,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Extension for an additional 48 months (maximum of 8 years)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
RFI documentation
RFP documentation
two.2) Description
two.2.1) Title
2024:1061 Operational Chemicals
Lot No
6
two.2.2) Additional CPV code(s)
- 14400000 - Salt and pure sodium chloride
- 24313121 - Sodium thiosulphate
- 24316000 - Distilled water
two.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
Anglian Water Region
two.2.4) Description of the procurement
Supply of the following chemicals for water and wastewater operations:
- Packaged granular salt for wastewater
- Packaged de-ionised water for wastewater
- Packaged sodium thiosulphate for water. Products must be to the BS:EN standard
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: £280,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Extension of an additional 48 months (maximum length of 8 years)
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
RFI documentation
RFP documentation
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Applicants will be assessed in accordance with the Utilities Contract Regulations 2016 on the bass of the information provided in the Applicants tender responses.
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
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
21 August 2024
Local time
11:00pm
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.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom