web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Reading: The Supply, services and Maintenance of Odour Control Units

Type of document: Contract award
Country: United Kingdom
Publication Ref: (2022/S 000-003398/EN)
Nature of contract: Supply contract
Procedure: Negotiated procedure
Type of bid required: Not applicable

Contract award notice
Supplies

Section I: Contracting entity
I.1) Name and addresses
Official name: THAMES WATER UTILITIES LIMITED
Postal address: RG1 8DB
Town: Reading
Postal code: RG18DB
Country: United Kingdom
Contact Person: Thames Water
Email: procurement.support.centre@thameswater.co.uk
Internet address(es):
Main address:

I.3)Communication
I.6) Main activity:
Water

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: The Supply, services and Maintenance of Odour Control Units

Reference number: FA1521
II.1.2) Main CPV code: 42924790
II.1.3) Type of contract : Supplies
II.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.

II.1.6) Information about lots
The contract is divided into lots: yes
II.2) Description
II.2.1) Title: Supply/Install/Maintain/Service of New Odour Control Equipment
Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 45252200
II.2.3) Place of performance
Nuts code: Main site or place of performance:
The whole of the Thames Water Region.

II.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

II.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.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

II.2.1) Title: Inspection of EXISTING Odour Control Equipment
Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 45252200
Main CPV code: 45259100
Main CPV code: 45259200
II.2.3) Place of performance
Nuts code: Main site or place of performance:
The whole if the Thames Water Region.

II.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.

II.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.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

II.2.1) Title: Refurbishment/Repair of EXISTING Odour Control Equipment
Lot No:3
II.2.2)Additional CPV code(s)
Main CPV code: 45252200
Main CPV code: 45259100
Main CPV code: 45259200
II.2.3) Place of performance
Nuts code: Main site or place of performance:
The whole of the Thames Water region.

II.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.

II.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.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Negotiated procedure with prior call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement:no
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2021/S 000-001522

Section V: 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
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2021-11-18
The contract has been awarded to a group of economic operators:no
V.2.3) Name and address of the contractor
Official name: ERG (Air Pollution Control) Ltd.
Town: West Sussex
Country: United Kingdom
Nuts code:
The contractor is an SME: yes

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
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2021-11-18
The contract has been awarded to a group of economic operators:no
V.2.3) Name and address of the contractor
Official name: Air-Water Treatments Ltd.
Town: Flintshire
Country: United Kingdom
Nuts code:
The contractor is an SME: yes

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
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2021-11-18
The contract has been awarded to a group of economic operators:no
V.2.3) Name and address of the contractor
Official name: Odour Services International Ltd.
Town: Cannock
Country: United Kingdom
Nuts code:
The contractor is an SME: yes

Section VI: Complementary information
VI.3) Additional information:
Please note this is a Contract Award Notice.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Thames Water Utilities Limited
Town: Reading
Country: United Kingdom
Internet address:
VI.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).

VI.5) Date of dispatch of this notice:2022-02-07