Opportunity

Natural Gas (Supply and Export)

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice reference: 2022/S 000-022524

Published 16 August 2022, 9:22am



The closing date and time has been changed to:

12 September 2022, 12:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

THAMES WATER UTILITIES LIMITED

Reading

RG1 8DB

Contact

Thames Water

Email

procurement.support.centre@thameswater.co.uk

Country

United Kingdom

NUTS code

UKJ11 - Berkshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.thameswater.co.uk

Buyer's address

www.thameswater.co.uk/procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.thameswater.co.uk/procurement

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.thameswater.co.uk/procurement

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.1.5) Estimated total value

Value excluding VAT: £70,000,000

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

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.2.5) 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: £48,000,000

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 4 years, with options to extend 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: 7

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 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 TW 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.2.5) 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: £22,000,000

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 4 years, with options to extend 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: 7

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 4 years, with options to extend 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 of this notice and the 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 to Negotiate documents (ITN)

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: 2

four.1.4) Information about 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

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

Originally published as:

Date

5 September 2022

Local time

12:00pm

Changed to:

Date

12 September 2022

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Between 4 and 8 years.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

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

RG1 8DB

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Thames Water Utilities Ltd 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).

six.4.4) Service from which information about the review procedure may be obtained

Thames Water Utilities

Reading

Country

United Kingdom