Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
Reading
RG18DB
Contact
Thames Water
procurement.support.centre@thameswater.co.uk
Country
United Kingdom
Region code
UKJ11 - Berkshire
Companies House
02366661
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
Natural Gas (Supply and Export)
Reference number
FA1758
two.1.2) Main CPV code
- 09123000 - Natural gas
two.1.3) Type of contract
Supplies
two.1.4) Short description
Thames Water Utilities (TWUL) are the largest water and wastewater services company in the UK, providing services to 15 million customers across London and the Thames Valley. TWUL would like to procure a framework agreement for the supply, metering and export of their Natural Gas portfolio. The contract will be for a 4 year period with an option to extend for a further 4 year period. Multi-lot applications are preferred.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.2) Description
two.2.1) Title
Natural Gas Supply and Metering
Lot No
1
two.2.2) Additional CPV code(s)
- 09121200 - Mains gas
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
Whole of Thames Water region
two.2.4) Description of the procurement
The scope of this lot is to award a framework agreement for the supply of natural gas to TW sites as well as monitoring and maintainance of our gas meter fleet. TW's gas consumption is fairly consistent at around 100GWh per annum which is mainly used in the waste water treatment process as well as heating and hot water. TW currently have 66 AMR meters (one daily metered site).
We are looking for a proactive supplier to collaborate with to improve gas usage efficiency without penalty as well as optimise prices, whether through hedging or other means.
It is important that the uptime of our meters is maximised so response times and technical support are key here as well as proactive intervention when appropriate.
Reporting is important to us, preferably real time.
As you will be working on our sites, there are detailed health and safety processes and accreditations that we will require you to either already have or be willing to acquire.
two.2.11) Information about options
Options: Yes
Description of options
Any agreement awarded would be for an initial duration of 4 years with options to extend up to a maximum overall term of 8 years
two.2) Description
two.2.1) Title
Export of biomethane
Lot No
2
two.2.2) Additional CPV code(s)
- 09000000 - Petroleum products, fuel, electricity and other sources of energy
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
Whole of Thames Water region
two.2.4) Description of the procurement
The scope of this lot is to award a framework agreement for the export and sale of biomethane gas generated through our biogas upgrade plants on key waste treatment sites.
We are currently producing around 43MWh of biomethane per year but this is expected to increase up to 709 MWh by 2030 due to a planned programme of biogas upgrade plant installations.
We are interested in working with suppliers who will be able to optimise revenue, help us make informed decisions on green gas certificates and assist us in achieve our Net Zero Strategy. As this is an emerging market, we welcome continuous improvement and innovation throughout the agreement period.
Access to a detailed reporting system is essential for this lot.
two.2.11) Information about options
Options: No
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: 2022/S 000-022524
Section five. Award of contract
Contract No
Corona Energy Retail 4 Limited
Lot No
Lot 1
Title
Gas purchase
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 March 2023
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Corona Energy Retail 4 Limited
Watford
Country
United Kingdom
NUTS code
- UKH2 - Bedfordshire and Hertfordshire
Companies House
2798334
The contractor is an SME
No
Section five. Award of contract
Contract No
Corona Energy Retail 4 Limited
Lot No
Lot 2
Title
Gas sales
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 March 2023
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
Corona Energy Retail 4 Limited
Watford
Country
United Kingdom
NUTS code
- UKH2 - Bedfordshire and Hertfordshire
Companies House
2798334
The contractor is an SME
No
Section six. Complementary information
six.3) Additional information
***** Please note, this is a CONTRACT AWARD NOTICE *****
All suppliers who wish to respond to this notice must request a pre-qualification questionnaire (PQQ) by using the link in Section I.3 of this notice, i.e. https://www.thameswater.co.uk/procurement
All bidders will receive an email from procurement.support.centre@thameswater.co.uk containing their log on details into our Smartsource Portal in order to access the PQQ documents.
If the project requires it you will receive an additional and separate survey to complete for Data Protection.
Note that your client may be Thames Water Utilities Ltd or another company within the Kemble Water group structure.
six.4) Procedures for review
six.4.1) Review body
Thames Water Utilities
Reading
Country
United Kingdom
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 (SI 2016 No 274) 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).