web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Reading: Reverse Osmosis Membranes

Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2020/S 247-615817/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

The contract is awarded by central purchasing body
I.3)Communication
I.6) Main activity:
Water

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Reverse Osmosis Membranes

Reference number: FA1458
II.1.2) Main CPV code: 42912340
II.1.3) Type of contract : Supplies
II.1.4) Short Description:
Supply of Sea Water and Brackish Water Reverse Osmosis Membranes.

II.1.6) Information about lots
The contract is divided into lots: no
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 42912310
II.2.3) Place of performance
Nuts code: UKI, UKJ Main site or place of performance:Thames Gateway Water Treatment Works.
II.2.4) Description of the procurement:
This procurement is for the supply of Reverse Osmosis membranes at Thames Gateway Desalination Plant. The Gateway Desalination Plant is structured with 4 stages divided by racks and water is pumped at high pressure through vessels where the membranes lie. The membranes required will be a mixture of seawater and brackish water membranes.
The tender will cover only one lot and will be for an initial period of 5 years with the possibility of extending for a further 3 years to a maximum of 8 years. Commitment to achieve DWI Regulation 31 certification is a necessary requirement for supplying RO membranes to be installed in Thames Gateway Desalination Plant.
The scope could also include installation, maintenance and commissioning and after sales technical support services for the Reverse Osmosis membranes.
The First Supply will be in 2021 and will consist of 4 270 RO Membranes, whereby 2 000 will be Brackish Water RO Membranes and will be allocated in Stage 1 and 2 270 will be Sea Water Membranes and will be allocated in between Stage 1 and Stage 2.

II.2.11) Information about options
Options: yes
Description of options: Any agreement will be awarded for an initial term of 5 years with the option to extend for a further duration of 3 years. Renewal will be based on the supplier’s ability to demonstrate that they can renew their DWI Reg.31 Accreditation.

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:2020/S 047-112624

Section V: Award of contract
Contract No: MICRODYN-NADIR GmbH Lot No: 1 Title: Supply of Reverse Osmosis Membranes

A contract/lot is awarded: yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2020-10-26
The contract has been awarded to a group of economic operators:no
V.2.3) Name and address of the contractor
Official name: MICRODYN-NADIR GmbH
Town: Wiesbaden
Country: Germany
Nuts code: DE714
The contractor is an SME: no

Contract No: Hydranautics Lot No: 1 Title: Supply of Reverse Osmosis Membranes

A contract/lot is awarded: yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2020-10-26
The contract has been awarded to a group of economic operators:no
V.2.3) Name and address of the contractor
Official name: Hydranautics
Town: California
Country: United States
Nuts code: US
The contractor is an SME: no

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:2020-12-14