Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
RG1 8DB
Reading
RG18DB
Contact
Thames Water
procurement.support.centre@thameswater.co.uk
Country
United Kingdom
NUTS code
UKJ - SOUTH EAST (ENGLAND)
Internet address(es)
Main address
https://www.thameswater.co.uk/about-us/our-suppliers/procurement
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://www.thameswater.co.uk/about-us/our-suppliers/procurement
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.thameswater.co.uk/about-us/our-suppliers/procurement
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://www.thameswater.co.uk/about-us/our-suppliers/procurement
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Supply, services and Maintenance of Odour Control Units
Reference number
FA1521
two.1.2) Main CPV code
- 42924790 - Odour-masking apparatus
two.1.3) Type of contract
Supplies
two.1.4) Short description
Thames Water Utilities Ltd (TWUL) is intending to award a framework agreement and this will be split into lots for the supply of Odour Control Equipment.
The types of units to be included under the scope of supply will be all forms of odour control units held on Thames Water's estate of sites, including all forms of biofilters, chemical scrubbing units and carbon polishing units.
Services of Odour Control Equipment will also be included (Services comprise of but not limited to refurbishment, maintenance, and repair, and inspection of all assets and their ancillary equipment).
These goods and services will be used on our operational wastewater sites. TWUL has over 170 assets across multiple sites within the Thames Water waste region, made up of ~70 bioscrubbers, ~60 Carbon Scrubbers, and ~15 Chemical scrubbers. We have over 30 different OEMs although most units are manufactured by ERG Air Pollution control, Hibernia Export Trading House and Odour Services International.
two.1.5) Estimated total value
Value excluding VAT: £18,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Supply/Install/Maintain/Service of New Odour Control Equipment
Lot No
1
two.2.2) Additional CPV code(s)
- 45252200 - Purification plant equipment
two.2.3) Place of performance
NUTS codes
- UKI - LONDON
- UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance
The whole of the Thames Water Region.
two.2.4) Description of the procurement
The scope of work for lot 1 includes: the manufacture, installation, supply, and delivery of new Odour Control Units. The maintenance will cover both planned and reactive maintenance, reactive call out repairs and refurbishment, media changes. Spares for all supplied equipment will be required.
This lot will be awarded to no more than 4 suppliers using mini competitions.
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: £9,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates:
As detailed in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years.
two.2) Description
two.2.1) Title
Inspection of EXISTING Odour Control Equipment
Lot No
2
two.2.2) Additional CPV code(s)
- 45252200 - Purification plant equipment
- 45259100 - Wastewater-plant repair and maintenance work
- 45259200 - Purification-plant repair and maintenance work
two.2.3) Place of performance
NUTS codes
- UKI - LONDON
- UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance
The whole if the Thames Water Region.
two.2.4) Description of the procurement
To supply Inspection services for existing Odour Control Units with a minimum initial term of 5 years.
The types of units to be included under the scope of inspection will be all forms of odour control units held on Thames Water's estate of sites, including but not limited to all forms of biofilters, chemical scrubbing units and carbon polishing units. Inspection will include but not limited to visual check for damage/defects to any part of system, taking contaminate/pH readings, cleaning certain parts of the systems, and taking pressure measurements.
This lot will be awarded to a sole supplier for the whole Thames Water estate.
If a bidder has bid for both lot 3 and lot 2 and are successful in both, they will be awarded only the single lot for which they have gained the highest score. In the event that the bidders scores for lots 2 and 3 are tied then we will look at the commercial scoring to decide which lot will be awarded.
The bidder will be asked for their preference within the tender process.
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: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates:
As detailed in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years.
two.2) Description
two.2.1) Title
Refurbishment/Repair of EXISTING Odour Control Equipment
Lot No
3
two.2.2) Additional CPV code(s)
- 45252200 - Purification plant equipment
- 45259100 - Wastewater-plant repair and maintenance work
- 45259200 - Purification-plant repair and maintenance work
two.2.3) Place of performance
NUTS codes
- UKI - LONDON
- UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance
The whole of the Thames Water region.
two.2.4) Description of the procurement
To supply services for Odour Control Units, including refurbishment services with a minimum initial term of 5 years.
The types of units to be included under the scope of service will be all forms of odour control units held on Thames Water's estate of sites, including all forms of biofilters, chemical scrubbing units and carbon polishing units.
The works will be awarded to a primary supplier with a reserve in place. Area 1 will contain approximately half of the asset base and will generally cover the east of the Thames Water estate. Area 2 will contain approximately half of the asset base and will generally cover the west of the Thames Water estate.
We aim to appoint no more than 4 suppliers to the framework agreement.
Mini competitions will be run between both preferred and reserve suppliers for the relevant asset allocations in the case of (a) high value projects and (b) where required lead times cannot be met by the preferred supplier. If a bidder has bid for both lot 3 and lot 2 and are successful in both, they will be awarded only the single lot for which they have gained the highest score. In the event that the bidders scores for lots 2 and 3 are tied then we will look at the commercial scoring to decide which lot will be awarded. The bidder will be asked for their preference within the tender process.
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: £8,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates:
As detailed in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years.
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
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
As detailed in section VI.3 & PQQ.
three.1.6) Deposits and guarantees required
Bonds and/or parent company guarantees of performance and financial standing may be required.
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Specified in the Invitation of Negotiate document.
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Consortia may be required to form a legal entity prior to award,
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: 4
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
24 February 2021
Local time
12:00pm
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 invoicing will be accepted
six.3) Additional information
All supplier who wish to respond to this contract notice must request a pre-qualification questionnaire (PQQ), by using the web link in the section 1.3 (https://www.thameswater.co.uk/about-us/our-suppliers/procurement)
six.4) Procedures for review
six.4.1) Review body
Thames Water Utilities Limited
Reading
Country
United Kingdom