Section one: Contracting entity
one.1) Name and addresses
Scottish Water
The Bridge, 6 Buchanan Gate Stepps
Glasgow
G33 6FB
Contact
Kevin Toal
kevin.toal2@scottishwater.co.uk
Country
United Kingdom
Region code
UKM - Scotland
Internet address(es)
Main address
https://www.scottishwater.co.uk/
Buyer's address
https://www.scottishwater.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Odour Treatment & Control
Reference number
SW24/W&WTE/1476
two.1.2) Main CPV code
- 42996400 - Mixer units
two.1.3) Type of contract
Supplies
two.1.4) Short description
The scope of the supply covered by this agreement is for the surveying, design, manufacturing, works testing (where required), delivery, offloading, installation, commissioning and testing of Odour Control and Treatment Plant and Equipment and associated Ventilation Plant and Equipment and all necessary ancillary equipment. This framework will be awarded on a Pan Scotland basis, including Highlands and Islands.
two.1.5) Estimated total value
Value excluding VAT: £6,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland Wide
two.2.4) Description of the procurement
The scope of the supply covered by this agreement is for the surveying, design, manufacturing, works testing (where required), delivery, offloading, installation, commissioning and testing of Odour Control and Treatment Plant and Equipment and associated Ventilation Plant and Equipment and all necessary ancillary equipment. The work scope will include, but will not be limited to:
Services
1. Specification, Design, Manufacture and/or Procurement
2. Installation and Installation Management
3. Testing, Commissioning and Training
4. Ongoing Servicing, Support and Maintenance.
5. Documentation / Manuals
6. DSEAR assessments for the odour system, proposed locations and odour source.
7. Odour Source and problem identification
8. Odour Surveys
9. Odour Mapping
10. Odour Dispersion modelling
11. Opex analysis
Plant and Equipment
1. Chemical Scrubbing
2. Catalytic Scrubbing
3. Fluidised Scrubbing
4. Activated Carbon Absorption
5. Oxidation
6. Bio-filtration
7. Bio-scrubbers
8. Odour containment, e.g. roofs and covers etc
9. Odour Collection, duct work, ventilation, fans (high efficiency) for delivery and extract systems
10. Systems shall be suitable for the removal of odours associated with VOC, Hydrogen Sulphide and Sulphur Dioxide, and resistant to corrosion which can result from these compounds
11. Thermal Oxidisation
Applications and Standards
1. Potable, raw and wastewater, treatment and pumping systems
2. Wastewater treatment plants. Odour control and ventilation BS EN 12255-9:2002
3. Wastewater treatment plants. Safety principals BS EN 12255-10:2001
4. ATEX certification of all mechanical and electrical plant in hazardous areas
5. Scottish Water specifications and WIMES specifications apply to the supply of all commodities as do any and all regulatory requirements
6. MBP 2 Odour Control - Monograph on Best Practice No 2 CIWEM
7. SEEG Paper 2005/9 Scottish Executive Environment Group - Voluntary Code of Practice on Assessment and Control of Odour Nuisance from Wastewater Treatment Works SCE
8. Water Services etc (Scotland) Act 2005 - The Sewerage Nuisance (Code of Practice) (Scotland) Order 2006: Guidance on Statutory Code of Practice on Sewerage Nuisance - Assessment and Control of Odour from Wastewater Treatment Works SCE
9. SSI 2006/155 Water Industry - The Sewerage Nuisance (Code of Practice) (Scotland) Order 2006
10. PB 11833 Code of Practice on Odour Nuisance from Sewage Treatment Works DEFRA
Equipment will be required to conform to technical specifications including WIMES 8.05, Odour Control Equipment (+ amendments), issue 4.
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: £6,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To access this opportunity, please register using the following link:
https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects
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
See procurement documents for further information
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See procurement document for further information
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 a single operator
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 November 2025
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
To access this opportunity, please register using the following link:
https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Scottish Water
The Bridge, 6 Buchanan Gate Stepps
Glasgow
G33 6FB
kevin.toal2@scottishwater.co.uk
Country
United Kingdom