Award

The Supply, services and Maintenance of Odour Control Units

THAMES WATER UTILITIES LIMITED

This public procurement record has 2 releases in its history.

Award

07 Feb 2022 at 12:07

Tender

26 Jan 2021 at 11:12

Summary of the contracting process

Thames Water Utilities Limited is conducting a tender process for the "Supply, services and Maintenance of Odour Control Units" as part of their operational needs across the Thames Water waste region. This procurement is classified under goods and focuses on odour control equipment, including biofilters and chemical scrubbing units. The procurement method employed is selective, involving a negotiated procedure with prior call for competition. Key dates include the end of the tender period on 24th February 2021, and the award date of the contract was 18th November 2021. The procurement stages are currently in the award status.

This tender provides significant opportunities for businesses involved in manufacturing, servicing, and maintaining odour control equipment, particularly small and medium-sized enterprises (SMEs) in this sector. Companies that specialise in environmental technology or have expertise in wastewater treatment services will be well-placed to compete. With the framework agreement being split into lots, successful suppliers could secure contracts worth millions, thus offering a pathway for business expansion and collaboration within the sustainable water management industry.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

The Supply, services and Maintenance of Odour Control Units

Notice 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.

Lot Information

Supply/Install/Maintain/Service of New Odour Control Equipment

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

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.

Inspection of EXISTING Odour Control Equipment

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.

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.

Refurbishment/Repair of EXISTING Odour Control Equipment

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.

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.

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-028d48
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003398-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

42 - Industrial machinery

45 - Construction work


CPV Codes

42924790 - Odour-masking apparatus

45252200 - Purification plant equipment

45259100 - Wastewater-plant repair and maintenance work

45259200 - Purification-plant repair and maintenance work

Notice Value(s)

Tender Value
£18,000,000 £10M-£100M
Lots Value
£18,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Feb 20224 years ago
Submission Deadline
24 Feb 2021Expired
Future Notice Date
Not specified
Award Date
18 Nov 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THAMES WATER UTILITIES LIMITED
Contact Name
Thames Water
Contact Email
procurement.support.centre@thameswater.co.uk
Contact Phone
Not specified

Buyer Location

Locality
READING
Postcode
RG1 8DB
Post Town
Reading
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ16 Berkshire West
Delivery Location
TLI London, TLJ South East (England)

Local Authority
Reading
Electoral Ward
Thames
Westminster Constituency
Reading Central

Supplier Information

Number of Suppliers
3
Supplier Names

AIR-WATER TREATMENTS

ERG (AIR POLLUTION CONTROL

ODOUR SERVICES INTERNATIONAL

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-028d48-2022-02-07T12:07:54Z",
    "date": "2022-02-07T12:07:54Z",
    "ocid": "ocds-h6vhtk-028d48",
    "description": "Please note this is a Contract Award Notice.",
    "initiationType": "tender",
    "tender": {
        "id": "FA1521",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "The Supply, services and Maintenance of Odour Control Units",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "42924790",
            "description": "Odour-masking apparatus"
        },
        "mainProcurementCategory": "goods",
        "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.",
        "value": {
            "amount": 18000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 2
        },
        "lots": [
            {
                "id": "1",
                "title": "Supply/Install/Maintain/Service of New Odour Control Equipment",
                "description": "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",
                "value": {
                    "amount": 9500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 4,
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "description": "As detailed in the procurement documents."
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                },
                "status": "cancelled"
            },
            {
                "id": "2",
                "title": "Inspection of EXISTING Odour Control Equipment",
                "description": "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.",
                "value": {
                    "amount": 500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 4,
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "description": "As detailed in the procurement documents."
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                },
                "status": "cancelled"
            },
            {
                "id": "3",
                "title": "Refurbishment/Repair of EXISTING Odour Control Equipment",
                "description": "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.",
                "value": {
                    "amount": 8000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "secondStage": {
                    "minimumCandidates": 4,
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "description": "As detailed in the procurement documents."
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45252200",
                        "description": "Purification plant equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "The whole of the Thames Water Region."
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45252200",
                        "description": "Purification plant equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45259100",
                        "description": "Wastewater-plant repair and maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45259200",
                        "description": "Purification-plant repair and maintenance work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "The whole if the Thames Water Region."
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45252200",
                        "description": "Purification plant equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45259100",
                        "description": "Wastewater-plant repair and maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45259200",
                        "description": "Purification-plant repair and maintenance work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "The whole of the Thames Water region."
                },
                "relatedLot": "3"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.thameswater.co.uk/about-us/our-suppliers/procurement",
        "communication": {
            "atypicalToolUrl": "https://www.thameswater.co.uk/about-us/our-suppliers/procurement"
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "As detailed in section VI.3 & PQQ."
        },
        "submissionTerms": {
            "depositsGuarantees": "Bonds and/or parent company guarantees of performance and financial standing may be required.",
            "languages": [
                "en"
            ]
        },
        "contractTerms": {
            "financialTerms": "Specified in the Invitation of Negotiate document.",
            "tendererLegalForm": "Consortia may be required to form a legal entity prior to award,",
            "electronicInvoicingPolicy": "allowed"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 4
            }
        },
        "tenderPeriod": {
            "endDate": "2021-02-24T12:00:00Z"
        },
        "hasRecurrence": false,
        "reviewDetails": "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)."
    },
    "parties": [
        {
            "id": "GB-FTS-3198",
            "name": "THAMES WATER UTILITIES LIMITED",
            "identifier": {
                "legalName": "THAMES WATER UTILITIES LIMITED"
            },
            "address": {
                "streetAddress": "RG1 8DB",
                "locality": "Reading",
                "region": "UKJ11",
                "postalCode": "RG18DB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Thames Water",
                "email": "procurement.support.centre@thameswater.co.uk",
                "url": "https://www.thameswater.co.uk/about-us/our-suppliers/procurement"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.thameswater.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "WATER",
                        "description": "Water"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-3199",
            "name": "Thames Water Utilities Limited",
            "identifier": {
                "legalName": "Thames Water Utilities Limited"
            },
            "address": {
                "locality": "Reading",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.thameswater.co.uk/"
            }
        },
        {
            "id": "GB-FTS-43532",
            "name": "ERG (Air Pollution Control) Ltd.",
            "identifier": {
                "legalName": "ERG (Air Pollution Control) Ltd."
            },
            "address": {
                "locality": "West Sussex",
                "region": "UKJ2",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-43533",
            "name": "Air-Water Treatments Ltd.",
            "identifier": {
                "legalName": "Air-Water Treatments Ltd."
            },
            "address": {
                "locality": "Flintshire",
                "region": "UKL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-43534",
            "name": "Odour Services International Ltd.",
            "identifier": {
                "legalName": "Odour Services International Ltd."
            },
            "address": {
                "locality": "Cannock",
                "region": "UKG2",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-3198",
        "name": "THAMES WATER UTILITIES LIMITED"
    },
    "language": "en",
    "awards": [
        {
            "id": "003398-2022-FA1521-1",
            "title": "Lot 1, Lot 2 - Primary (East & West Regions) Inspections for existing OCUs & Lot 3 - Reserve for East & West regions",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-43532",
                    "name": "ERG (Air Pollution Control) Ltd."
                }
            ]
        },
        {
            "id": "003398-2022-FA1521-2",
            "title": "Lot 1, Lot 2 - Reserve for East region Lot 3 - West Region Primary and reserve East Region",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-43533",
                    "name": "Air-Water Treatments Ltd."
                }
            ]
        },
        {
            "id": "003398-2022-FA1521-3",
            "title": "Lot 1, Lot 2 - Reserve for West region Lot 3 - East Region Primary & reserve West Region",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-43534",
                    "name": "Odour Services International Ltd."
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "003398-2022-FA1521-1",
            "awardID": "003398-2022-FA1521-1",
            "title": "Lot 1, Lot 2 - Primary (East & West Regions) Inspections for existing OCUs & Lot 3 - Reserve for East & West regions",
            "status": "active",
            "dateSigned": "2021-11-18T00:00:00Z"
        },
        {
            "id": "003398-2022-FA1521-2",
            "awardID": "003398-2022-FA1521-2",
            "title": "Lot 1, Lot 2 - Reserve for East region Lot 3 - West Region Primary and reserve East Region",
            "status": "active",
            "dateSigned": "2021-11-18T00:00:00Z"
        },
        {
            "id": "003398-2022-FA1521-3",
            "awardID": "003398-2022-FA1521-3",
            "title": "Lot 1, Lot 2 - Reserve for West region Lot 3 - East Region Primary & reserve West Region",
            "status": "active",
            "dateSigned": "2021-11-18T00:00:00Z"
        }
    ]
}