Awarded contract

The Supply, services and Maintenance of Odour Control Units

  • THAMES WATER UTILITIES LIMITED

F06: Contract award notice – utilities

Notice reference: 2022/S 000-003398

Published 7 February 2022, 12:07pm



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

UKJ11 - Berkshire

Internet address(es)

Main address

https://www.thameswater.co.uk

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.1.6) Information about lots

This contract is divided into lots: Yes

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.2.11) 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.2.11) 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.2.11) 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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-001522


Section five. Award of contract

Contract No

FA1521

Lot No

Lots 1 / 2 / 3

Title

Lot 1, Lot 2 - Primary (East & West Regions) Inspections for existing OCUs & Lot 3 - Reserve for East & West regions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 November 2021

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

ERG (Air Pollution Control) Ltd.

West Sussex

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

Yes


Section five. Award of contract

Contract No

FA1521

Lot No

Lots 1 / 2 / 3

Title

Lot 1, Lot 2 - Reserve for East region Lot 3 - West Region Primary and reserve East Region

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 November 2021

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Air-Water Treatments Ltd.

Flintshire

Country

United Kingdom

NUTS code
  • UKL - Wales
The contractor is an SME

Yes


Section five. Award of contract

Contract No

FA1521

Lot No

Lots 1 / 2 / 3

Title

Lot 1, Lot 2 - Reserve for West region Lot 3 - East Region Primary & reserve West Region

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 November 2021

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Odour Services International Ltd.

Cannock

Country

United Kingdom

NUTS code
  • UKG2 - Shropshire and Staffordshire
The contractor is an SME

Yes


Section six. Complementary information

six.3) Additional information

Please note this is a Contract Award Notice.

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/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Thames Water Utilities Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers.

That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.

The Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).