web-banner-marketing2

Market Leads & Opportunities

United Kingdom-London: Provision for the Supply of Commodity Chemicals

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2020/S 009-018112/EN)
Nature of contract: Supply contract
Procedure: Negotiated procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting entity
I.1) Name and addresses
Official name: EP UK Investments Ltd
National registration number: 09255154
Postal address: Berger House 36-38 Berkeley Square
Town: London
Postal code: W1J 5AE
Country: United Kingdom
Contact Person: Ron Shaw
Telephone: +44 1670844456
Email: Chemicals@lynemouthpower.com
Internet address(es):
Main address:

I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted
to the following address:Official name: Lynemouth Power Ltd
National registration number: 09255154
Postal address: Lynemouth Powewr Station
Town: Ashington
Postal code: NE63 9NW
Country: United Kingdom
Contact Person: Ron Shaw
Telephone: +44 1670844456
Email: ron.shaw@lynemouthpower.com
Internet address(es):
Main address:

I.6) Main activity:
Electricity

Section II: Object
II.1) Scope of the procurement:
II.1.1) Title: Provision for the Supply of Commodity Chemicals
II.1.2) Main CPV code: 24962000
II.1.3) Type of contract: Supplies
II.1.4) Short Description:
The successful economic operator will be required to supply a range of commodity chemicals to various sites within the group.

II.1.5) Estimated total value
Value excluding VAT: 2075640.00 Currency: GBP
II.1.6) Information about lots
The contract is divided into lots: yes
Tenders may be submitted forall lots
Maximum number of lots that may be awarded to one tenderer:4
II.2) Description
II.2.1) Title: This Contract is divided into 4 Lots

Lot No:1 (Lynemouth Power Ltd)
II.2.2)Additional CPV code(s)
Main CPV code: 24312200
Main CPV code: 24311521
Main CPV code: 24311411

II.2.3) Place of performance
Nuts code: UKC21 Main site or place of performance:Lynemouth Power Ltd, Ashington, Nothumberland UK NE63 9NW
II.2.4) Description of the procurement:
Economic operators are required to supply a range of commodity chemicals products to the various sites in England and Northern Ireland.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 702660.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months:36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:7
Objective criteria for choosing the limited number of candidates:As detailed within the selection questionnaire.

II.2.10) Information about variants
Variants will be accepted:no
II.2.11) Information about options
Options: no

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.1) Title: South Humber Bank

Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 24311521
Main CPV code: 24311411

II.2.3) Place of performance
Nuts code: UKE1
II.2.4) Description of the procurement:
Economic operators are required to supply a range of commodity Chemicals products to the various sites in England and Northern Ireland.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 292500.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months:36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:7
Objective criteria for choosing the limited number of candidates:As detailed within the selection questionnaire.

II.2.10) Information about variants
Variants will be accepted:no
II.2.11) Information about options
Options: no

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.1) Title: Langage Power Station

Lot No:3
II.2.2)Additional CPV code(s)
Main CPV code: 24311521

II.2.3) Place of performance
Nuts code: UKK4
II.2.4) Description of the procurement:
Economic operators are required to supply a range of commodity chemicals products to the various sites in England and Northern Ireland.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 38760.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months:36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:7
Objective criteria for choosing the limited number of candidates:As detailed within the selection questionnaire.

II.2.10) Information about variants
Variants will be accepted:no
II.2.11) Information about options
Options: no

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.1) Title: Kilroot Power Station

Lot No:4
II.2.2)Additional CPV code(s)
Main CPV code: 24413000
Main CPV code: 24312220
Main CPV code: 24311521
Main CPV code: 24311411

II.2.3) Place of performance
Nuts code: UKN06
II.2.4) Description of the procurement:
Economic operators are required to supply a range of commodity chemicals products to the various sites in England and Northern Ireland.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 1041720.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months:36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:7
Objective criteria for choosing the limited number of candidates:As detailed within the selection questionnaire.

II.2.10) Information about variants
Variants will be accepted:no
II.2.11) Information about options
Options: no

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:Suitability to supply the products to their required specifications and related CAS numbers (the unique numerical identifier assigned by the chemicals abstract service) as a professionally certified company.

III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria:Selection criteria as outlined in the procurement documents.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As outlined in the selection questionnaire.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As outlined in the selection questionnaire.

III.2.2) Contract performance conditions:
As outlined in the selection questionnaire.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Negotiated procedure with prior call for competition
IV.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:4
IV.1.4) Information about the reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:2020-02-05 Local time:12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:2020-02-28
IV.2.4) Languages in which tenders or requests to participate may be submitted: EN

Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:no
VI.2) Information about electronic workflows
VI.3) Additional information:This procurement is being conducted in accordance with the negotiated procedure under the Utilities Contracts Regulations 2016 (Regulations).
The procedure to be followed for this tender process is the negotiated procedure with a prior call for competition (Regulation 47).
Economic operators who wish to participate in this procurement are required to provide details of their contact point, together with an E-Mail address to either ron.shaw@lynemouthpower.com or Chemicals@lynemouthpower.com in order to receive clarification responses. It is the responsibility of each Economic Operator to register in this manner.
Economic operators who fail to provide their details or register in this manner will not receive any clarifications or updated information provided during the procurement process.
The costs of responding to this process and participation in the process (including any and all negotiations) will be borne by each economic operator.
All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of the parties.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Royal Courts of Appeal London
Postal address: The Strand Holburn
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079476000

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:There will be a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to all economic operators. The standstill period provides time for unsuccessful bidders to challenge the award decision before the contract was entered into. The Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or are at risk of harm be a breach of the rules to take action in the Royal Courts of Appeal (London).

VI.5) Date of dispatch of this notice:
2020-01-10