
Market Leads & Opportunities
United Kingdom-Reading: Phosphorus Reduction Programme
Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2020/S 238-589629/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 Ltd
Postal address: Procurement Support Centre — 3rd Floor East, C/O Mail Room, Rose Kiln Court
Town: Reading
Postal code: RG2 0BY
Country: United Kingdom
Email: procurement.support.centre@thameswater.co.uk
Internet address(es):
Main address: www.thameswater.co.uk
I.3)Communication
I.6) Main activity:
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Phosphorus Reduction Programme
Reference number: FA1422
II.1.2) Main CPV code: 24313220
II.1.3) Type of contract : Supplies
II.1.4) Short Description:
The scope of this framework agreement is for the supply of new technology to meet more stringent requirements to reduce phosphorus content in treated waste water going into rivers. This agreement will help Thames Water to comply with the new Water Framework and Habitats Directive.
II.1.6) Information about lots
The contract is divided into lots: yes
II.2) Description
II.2.1) Title: High Phosphorus Consent Level — 0.8 mg/l and Above
Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 90732920
II.2.3) Place of performance
Nuts code: UKI, UKJ Main site or place of performance:Whole of Thames Water region.
II.2.4) Description of the procurement:
This lot will cover the high consent level — 0.8 mg/l and above.
The core scope includes design, manufacture, FAT, deliver, install (if required), test and commissioning of a complete Tertiary Treatment Plant in accordance with the technical specification. This is anticipated to comprise of:
The core scope of the framework is the supply of the tertiary treatment plant along with all necessary equipment, instruments, ancillaries and media (if any).
Optional scope will include (and not be limited to):
— associated supports, supporting structures and pipework;
— backwash system including air blowers;
— media trap (if required);
— inline mixer and flocculation chamber(s);
— flowmeters;
— all interconnecting power, control and signal cabling;
— LCPs as required;
— GRP Kiosk for blowers, pumps, LCP, as required;
— all access platforms, hand railing, staircases and ladders as required;
— all lifting equipment;
— equipment labelling and tagging as per Thames Water standards;
— operator training. Minimum 5 non consecutive days;
— maintenance.
II.2.11) Information about options
Options: yes
Description of options: Thames Water envisages that the agreement will be awarded for an initial term of 5 years with options to extend up to a maximum term of 8 years (5 years + 3 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: Medium Consent Levels 0.8 mg/l-0.4 mg/l
Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 90732920
II.2.3) Place of performance
Nuts code: UKI, UKJ Main site or place of performance:Whole of Thames Water region.
II.2.4) Description of the procurement:
This lot will cover the high consent level — 0.8 mg/l and above.
The core scope includes design, manufacture, FAT, deliver, install (if required), test and commissioning of a complete Tertiary Treatment Plant in accordance with the technical specification. This is anticipated to comprise of:
The core scope of the framework is the supply of the tertiary treatment plant along with all necessary equipment, instruments, ancillaries and media (if any)
Optional scope will include (and not be limited to):
— associated supports, supporting structures and pipework;
— backwash system including air blowers;
— media trap (if required);
— inline mixer and flocculation chamber(s);
— flowmeters;
— all interconnecting power, control and signal cabling;
— LCPs as required;
— GRP Kiosk for blowers, pumps, LCP, as required;
— all access platforms, hand railing, staircases and ladders as required;
— all lifting equipment;
— equipment labelling and tagging as per Thames Water standards;
— operator training. Minimum 5 non consecutive days;
— maintenance.
II.2.11) Information about options
Options: yes
Description of options: Thames Water envisages that the agreement will be awarded for an initial term of 5 years with options to extend up to a maximum term of 8 years (5 years + 3 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: Tight consent levels — < 0.4 mg/l
Lot No:3
II.2.2)Additional CPV code(s)
Main CPV code: 90732920
II.2.3) Place of performance
Nuts code: UKI, UKJ Main site or place of performance:Whole of Thames Water region.
II.2.4) Description of the procurement:
This lot will cover the high consent level — 0.8 mg/l and above.
The core scope includes design, manufacture, FAT, deliver, install (if required), test and commissioning of a complete Tertiary Treatment Plant in accordance with the technical specification. This is anticipated to comprise of:
The core scope of the framework is the supply of the tertiary treatment plant along with all necessary equipment, instruments, ancillaries and media (if any).
Optional scope will include (and not be limited to):
— associated supports, supporting structures and pipework;
— backwash system including air blowers;
— media trap (if required);
— inline mixer and flocculation chamber(s);
— flowmeters;
— all interconnecting power, control and signal cabling;
— LCPs as required;
— GRP Kiosk for blowers, pumps, LCP, as required;
— all access platforms, hand railing, staircases and ladders as required;
— all lifting equipment;
— equipment labelling and tagging as per Thames Water standards;
— operator training. Minimum 5 non consecutive days;
— maintenance.
II.2.11) Information about options
Options: yes
Description of options: Thames Water envisages that the agreement will be awarded for an initial term of 5 years with options to extend up to a maximum term of 8 years (5 years + 3 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
The procurement involves the establishment of a framework agreement
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:2019/S 159-393476
Section V: Award of contract
Contract No: ATAC SOLUTIONS LIMITED Lot No: 3 Title: Tight Consent Levels — < 0.4 mg/l
A contract/lot is awarded: yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2020-11-09
The contract has been awarded to a group of economic operators:no
V.2.3) Name and address of the contractor
Official name: ATAC Solutions Ltd
Town: Kent
Country: United Kingdom
Nuts code: UKJ4
The contractor is an SME: no
Contract No: Bluewater Bio Limited Lot No: 2 & 3 Title: Medium Consent Levels 0.8mg/l-0.4 mg/l and Tight consent levels — < 0.4 mg/l
A contract/lot is awarded: yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2020-11-09
The contract has been awarded to a group of economic operators:no
V.2.3) Name and address of the contractor
Official name: Bluewater Bio Ltd
Town: London
Country: United Kingdom
Nuts code: UKI
The contractor is an SME: no
Contract No: Colloide Engineering Systems Lot No: 3 Title: Tight Phosphorus Consent Level < 0.4 mg/l)
A contract/lot is awarded: yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2020-11-09
The contract has been awarded to a group of economic operators:no
V.2.3) Name and address of the contractor
Official name: Colloide Engineering Systems
Town: Magherafelt
Country: United Kingdom
Nuts code: UKN0
The contractor is an SME: no
Contract No: ELIQUO HYDROK LTD Lot No: 2 & 3 Title: Medium Consent Levels 0.8 mg/l-0.4 mg/l and Tight Consent Levels — < 0.4 mg/l
A contract/lot is awarded: yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2020-11-09
The contract has been awarded to a group of economic operators:no
V.2.3) Name and address of the contractor
Official name: Eliquo Hydrok Ltd
Town: St Columb, Cornwall
Country: United Kingdom
Nuts code: UKK3
The contractor is an SME: no
Contract No: Evergreen Water Solutions Ltd Lot No: 2 Title: Medium Consent Levels 0.8 mg/l-0.4 mg/l
A contract/lot is awarded: yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2020-11-09
The contract has been awarded to a group of economic operators:no
V.2.3) Name and address of the contractor
Official name: Evergreen Water Solutions Ltd
Town: Leicester
Country: United Kingdom
Nuts code: UKF21
The contractor is an SME: no
Contract No: FLI Water Ltd Lot No: 2 & 3
A contract/lot is awarded: yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2020-11-09
The contract has been awarded to a group of economic operators:no
V.2.3) Name and address of the contractor
Official name: FLI Water Ltd
Town: Bedford
Country: United Kingdom
Nuts code: UKH24
The contractor is an SME: no
Contract No: VWS (UK) Ltd T/A Veolia Water Technologies Lot No: 2 & 3 Title: Medium Consent Levels 0.8 mg/l-0.4 mg/l and Tight Consent Levels — < 0.4 mg/l
A contract/lot is awarded: yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2020-11-09
Section VI: Complementary information
VI.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.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Thames Water Utilities Ltd
Town: Reading
Country: United Kingdom
VI.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).
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Thames Water Utilities Ltd
Town: Reading
Country: United Kingdom
VI.5) Date of dispatch of this notice:2020-12-02
More Opportunties
- YTHFM – Low bed Replacment
23 Jun 25
Further competition via Health Trust Europe Beds, Mattresses, Patient Moving Supplies and Services Framework SF053302 - Lot 1 - Medical Beds This is a ten year contract. Value is based on the initial requirement> > - Award of Provision of Student Placement Software (GCU)
23 Jun 25
Glasgow Caledonian University has identified a requirement for the renewal of student placement software. This software will assist in allocating, administering and managing School of Health and Life Sciences students in work placements.> > - Engage with Suppliers in the Materials Handling Market
23 Jun 25
The Awarding Authority is seeking to engage with suppliers in the materials handling market, as part of pre-tender engagement exercise to gain information to inform an upcoming procurement for the provision of Waste Handling Plant Equipment. The Council o> >