Opportunity

The Supply, services and Maintenance of Odour Control Units

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice reference: 2021/S 000-001522

Published 26 January 2021, 11:12am



Section one: Contracting entity

one.1) Name and addresses

THAMES WATER UTILITIES LIMITED

RG1 8DB

Reading

RG18DB

Contact

Thames Water

Email

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

Internet address

https://www.thameswater.co.uk/