
Market Leads & Opportunities
United Kingdom-Reading: The Supply and Maintenance of Liquid Oxygen
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2020/S 190-460198/EN)
Nature of contract: Supply contract
Procedure: Negotiated procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting entity
I.1) Name and addresses
Official name: Thames Water Utilities Limited
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
Access to the procurement documents is restricted.Further information can be obtained 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
I.6) Main activity:
Water
Section II: Object
II.1) Scope of the procurement:
II.1.1) Title: The Supply and Maintenance of Liquid Oxygen
Reference number: FA1475
II.1.2) Main CPV code: 24111900
II.1.3) Type of contract: Supplies
II.1.4) Short Description:
Liquid Oxygen (LOX) is used within the Clean Water treatment process to produce Ozone.
There are 9 operational ozone plants within Thames Water currently in operation within the London and Thames Valley regions. The 9 sites are located in Farmoor, Swinford, Fobney, Coppermills, Chingford, Walford, Ashford, Kempton and Hampton. This framework is split into two lots;
Lot 1 – Supply of LOX.
Lot 2 – Maintenance of LOX Tanks & Auxiliary Items.
Thames Water reserves the right to make no award as a result of this procurement process, or may award in part or in whole.
Suppliers can apply for one, some or all of the lots described above and may be awarded less lots than originally applied for.
The initial term of the framework agreement will be 3 years with an option to extend up to a maximum of 8 years subject to assessed performance.
For resilience, Thames Water will be investigating the option of a multiple supplier agreement. However, reserve the right to award single suppliers.
II.1.5) Estimated total value
Value excluding VAT: 8184000.00 Currency: GBP
II.1.6) Information about lots
The contract is divided into lots: yes
Tenders may be submitted forall lots
Maximum number of lots that may be awarded to one tenderer:2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1 and Lot 2
II.2) Description
II.2.1) Title: The Supply of Liquid Oxygen
Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 24111900
II.2.3) Place of performance
Nuts code: UKI, UKJ Main site or place of performance:Whole of the Thames Water region.
II.2.4) Description of the procurement:
Liquid Oxygen is to be supplied by road bulk tankers to 9 operational clean water treatment sites within the Thames Water region.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 8056000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months:96
This contract is subject to renewal: yes Description of renewals:
Initial contract term will be 3 years with an option to extend to a maximum of eight years with annual extensions.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:3
II.2.10) Information about variants
Variants will be accepted:yes
II.2.11) Information about options
Options: yes
Description of options:
Any agreement will be awarded for an initial term of 3 years, with options to extend up to maximum 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: The Maintenance of Liquid Oxygen Tanks and Auxiliary Items.
Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 24111900
Main CPV code: 45259000
Main CPV code: 50000000
Main CPV code: 50514100
II.2.3) Place of performance
Nuts code: UKI, UKJ Main site or place of performance:Whole of the Thames Water region
II.2.4) Description of the procurement:
Maintenance of the Thames Water owned Liquid Oxygen tanks and associated auxiliary items across 9 operational sites within the Thames Water region.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 120000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months:96
This contract is subject to renewal: yes Description of renewals:
Initial contract term will be 3 years with an option to extend to a maximum of eight years with annual extensions.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:5
II.2.10) Information about variants
Variants will be accepted:yes
II.2.11) Information about options
Options: yes
Description of options:
Any agreement will be awarded for an initial term of 3 years, with options to extend up to maximum 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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria:As detailed in section VI.3 and PQQ.
III.1.6) Deposits and guarantees required:
Bonds and/or parent company guarantees of performance and financial standing may be required.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Specified in the ITN Document.
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Consortia may be required to form a legal entity prior to award.
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:4
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.2.2) Time limit for receipt of tenders or requests to participate
Date:2020-11-06 Local time:12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:yes
Estimated timing for further notices to be published:Between 3 and 8 years
VI.2) Information about electronic workflows
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.
Note that your client may be Thames Water Utilities Limited or another company within the Kemble Water group structure.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Thames Water Utilities Limited
Town: Reading
Country: United Kingdom
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.4.4) Service from which information about the review procedure may be obtained
Official name: Thames Water Utilities Limited
Town: Reading
Country: United Kingdom
VI.5) Date of dispatch of this notice:
2020-09-25
More Opportunties
- United Kingdom-Winchester: Framework for the Supply and Installation of Residential Furniture
22 May 25
Hampshire County Council invites applications from suitably experienced organisations who wish to be considered for selection to tender for the Supply of Residential Furniture such as bedroom furniture ( i.e chest of drawers, wardrobes, bedside tables, dr> > - United Kingdom-Oldbury: Technology Hardware
22 May 25
Sandwell Metropolitan Borough Council (the Council) is a unitary, metropolitan authority located in the West Midlands. SMBC is made of 6 towns (West Bromwich, Oldbury, Tipton, Wednesbury, Smethwick, Rowley Regis). SMBC employs over 4500 people, employees> > - United Kingdom-Richmond: Lexis + Subscription
22 May 25
12-month subscription to 'Lexis+' legislation service.> >