The Supply, services and Maintenance of Odour Control Units

A Utilities Contract Notice
by THAMES WATER UTILITIES LIMITED

Source
Find a Tender
Type
Framework (Supply)
Duration
8 year
Value
£18M
Sector
CONSTRUCTION
Published
26 Jan 2021
Delivery
To 24 Feb 2029 (est.)
Deadline
24 Feb 2021 12:00

Concepts

Location

Reading

Geochart for 2 buyers and 0 suppliers
Thames Water Utilities
Leaflet | Map tiles by Stamen Design, under CC BY 3.0. Data by OpenStreetMap, under ODbL.

2 buyers

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 Division

1 Supply/Install/Maintain/Service of New Odour Control Equipment
  • Value: £10M

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.

2 Inspection of EXISTING Odour Control Equipment
  • Value: £500K

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.

3 Refurbishment/Repair of EXISTING Odour Control Equipment
  • Value: £8M

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.

CPV Codes

  • 42924790 - Odour-masking apparatus
  • 45252200 - Purification plant equipment
  • 45259100 - Wastewater-plant repair and maintenance work
  • 45259200 - Purification-plant repair and maintenance work

Indicators

  • Restrictions apply to the lot award allocation.
  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • Options are available.
  • Award on basis of price and quality.

Other Information

All supplier who wish to respond to this contract notice must request a pre-qualification questionnaire (PQQ), by using the web link in the section 1.3 (https://www.thameswater.co.uk/about-us/our-suppliers/procurement)

Reference

Domains