Tender

Odour Treatment & Control

  • Scottish Water

F05: Contract notice – utilities

Notice identifier: 2025/S 000-063203

Procurement identifier (OCID): ocds-h6vhtk-05aa54

Published 8 October 2025, 11:33am



Section one: Contracting entity

one.1) Name and addresses

Scottish Water

The Bridge, 6 Buchanan Gate Stepps

Glasgow

G33 6FB

Contact

Kevin Toal

Email

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

https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects

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

Email

kevin.toal2@scottishwater.co.uk

Country

United Kingdom

Internet address

https://www.scottishwater.co.uk/