Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Biogas Plant and Sale of Biomethane

  • First published: 27 April 2021
  • Last modified: 27 April 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Thames Water Utilities Ltd
Authority ID:
AA77187
Publication date:
27 April 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

We are looking for suppliers who will help us utilise biogas in an optimum manner in order to

(a) improve our environmental performance; and

(b) maximise the value of our biogas.

Each of our sites are slightly different and may require differing solutions depending on their location, biogas composition, energy usage etc.

Depending on the site solution, we may need a combination of upgrading and compressing plant to enable us to transport the biomethane or inject it into the gas grid. This lot covers all requirements, including ancillary equipment such as grid entry units and basic fuel output.

Please note that our biogas is produced from our anaerobic digestion plant and as such contains siloxanes, carbon dioxide and hydrogen sulphide as well as methane. We need upgrade plant that can handle our biogas composition and their variants and produce biomethane that meets grid specifications.

Note that as a main contractor, you will be expected to undertake Principal Design and Principal Contractor roles under CDM.

Also note that the purchaser may be Thames Water Utilities Ltd or another company within the Kemble Holding Group (ultimate parent of Thames Water).

Lot 1A will be funded by the purchaser.

Primarily aimed at EPC contractors or OEM entities who may be required to undertake the following works and the like:

1) Design plant in order to maximise efficiency and achieve excellent value for money;

2) Source plant from reputable suppliers;

3) Undertake works on Thames Water operational sites to allow the existing anaerobic digestion plant to be integrated with the upgrading plant;

4) Install upgrading and potentially compressor plant in line with TW process standards as well as relevant industry standards;

5) Conduct commissioning;

6) Operate and maintain system after final handover/commissioning has ended.

You will be expected to guarantee a level of availability of the plant and conversion rate for the gas.

We want to award multi-supplier framework agreements.

We will use the tender process to enable us to award an initial contract under the framework agreement for a specific site, with the opportunity to enter into mini-competitions for other sites during the term of the framework agreement. We reserve the right to invite Lot 1 and Lot 2 suppliers and/or Lot 3 suppliers to participate in mini-competitions depending on the specific business requirements for each project.

Contracts awarded under framework agreements shall be awarded based on specific criteria as detailed in the procurement documents.

The agreement value of GBP 17 500 000 given below is a quarter of an estimated value of installing plant on all 25 sites. It is unknown currently how this value will be split between Lot 1A, 1B and 3 as the funding option and risk profile will be decided on a project by project basis.

Full notice text

Contract award notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Thames Water Utilities Ltd

Procurement Support Centre — 3rd Floor East, C/O Mail Room, Rose Kiln Court

Reading

RG2 0BY

UK

E-mail: procurement.support.centre@thameswater.co.uk

NUTS: UKJ11

Internet address(es)

Main address: www.thameswater.co.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Biogas Plant and Sale of Biomethane

Reference number: FA1504

II.1.2) Main CPV code

45255000

 

II.1.3) Type of contract

Works

II.1.4) Short description

In April 2019, we made a pledge to our customers, our shareholders and Ofwat to achieve net zero carbon emissions by 2030, underlining our commitment to mitigate climate change.

We have also set a target of reducing our AMP7 Embodied Carbon Emissions by 25 % compared to AMP6.

Thames Water have 25 sites with an anaerobic digestion process, all of which produce over 800 GWh of biogas. We are keen to utilise this precious commodity to help us achieve our carbon targets. Our sourcing project covers the funding, supply, installation, operation and maintenance of upgrading and compressing plant to produce biomethane which is capable of being transported or injected to grid.

Projects delivered under this framework need to not only help us advance towards our carbon target but also ensure that our excellent health and safety record is not compromised.

Multi-lot applications are welcomed.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Lowest offer:   / Highest offer:  

II.2) Description

Lot No: 1a

II.2.1) Title

Supply of Biogas Plant

II.2.2) Additional CPV code(s)

45255000

45253700

42123100

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

We are looking for suppliers who will help us utilise biogas in an optimum manner in order to

(a) improve our environmental performance; and

(b) maximise the value of our biogas.

Each of our sites are slightly different and may require differing solutions depending on their location, biogas composition, energy usage etc.

Depending on the site solution, we may need a combination of upgrading and compressing plant to enable us to transport the biomethane or inject it into the gas grid. This lot covers all requirements, including ancillary equipment such as grid entry units and basic fuel output.

Please note that our biogas is produced from our anaerobic digestion plant and as such contains siloxanes, carbon dioxide and hydrogen sulphide as well as methane. We need upgrade plant that can handle our biogas composition and their variants and produce biomethane that meets grid specifications.

Note that as a main contractor, you will be expected to undertake Principal Design and Principal Contractor roles under CDM.

Also note that the purchaser may be Thames Water Utilities Ltd or another company within the Kemble Holding Group (ultimate parent of Thames Water).

Lot 1A will be funded by the purchaser.

Primarily aimed at EPC contractors or OEM entities who may be required to undertake the following works and the like:

1) Design plant in order to maximise efficiency and achieve excellent value for money;

2) Source plant from reputable suppliers;

3) Undertake works on Thames Water operational sites to allow the existing anaerobic digestion plant to be integrated with the upgrading plant;

4) Install upgrading and potentially compressor plant in line with TW process standards as well as relevant industry standards;

5) Conduct commissioning;

6) Operate and maintain system after final handover/commissioning has ended.

You will be expected to guarantee a level of availability of the plant and conversion rate for the gas.

We want to award multi-supplier framework agreements.

We will use the tender process to enable us to award an initial contract under the framework agreement for a specific site, with the opportunity to enter into mini-competitions for other sites during the term of the framework agreement. We reserve the right to invite Lot 1 and Lot 2 suppliers and/or Lot 3 suppliers to participate in mini-competitions depending on the specific business requirements for each project.

Contracts awarded under framework agreements shall be awarded based on specific criteria as detailed in the procurement documents.

The agreement value of GBP 17 500 000 given below is a quarter of an estimated value of installing plant on all 25 sites. It is unknown currently how this value will be split between Lot 1A, 1B and 3 as the funding option and risk profile will be decided on a project by project basis.

II.2.11) Information about options

Options: Yes

Description of options:

Any agreement awarded would be for an initial duration of 3 years with options to extend up to a maximum of 8 years. There will be no commitment to volume and performance against service levels will be measured and reviewed.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Supply of Biogas Plant

II.2.2) Additional CPV code(s)

45255000

45253700

42123100

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

We are looking for suppliers who will help us utilise biogas in an optimum manner in order to:

(a) improve our environmental performance; and

(b) maximise the value of our biogas.

Each of our sites are slightly different and may require differing solutions depending on their location, biogas composition, energy usage etc.

Depending on the site solution, we may need a combination of upgrading and compressing plant to enable us to transport the biomethane or inject it into the gas grid. This lot covers all requirements, including ancillary equipment such as grid entry units and basic fuel output.

Please note that our biogas is produced from our anaerobic digestion plant and as such contains siloxanes, carbon dioxide and hydrogen sulphide as well as methane. We need upgrade plant that can handle our biogas composition and their variants and produce biomethane that meets grid specifications.

Note that as a main contractor, you will be expected to undertake Principal Design and Principal Contractor roles under CDM.

Also note that the purchaser may be Thames Water Utilities Limited or another company within the Kemble Holding Group (ultimate parent of Thames Water).

Lot 1A will be funded by the Purchaser.

Primarily aimed at EPC contractors or OEM entities who may be required to undertake the following works and the like:

1) Design plant in order to maximise efficiency and achieve excellent value for money;

2) Source plant from reputable suppliers;

3) Undertake works on Thames Water operational sites to allow the existing anaerobic digestion plant to be integrated with the upgrading plant;

4) Install upgrading and potentially compressor plant in line with TW process standards as well as relevant industry standards;

5) Conduct commissioning;

6) Operate and maintain system after final handover/commissioning has ended.

You will be expected to guarantee a level of availability of the plant and conversion rate for the gas.

We want to award multi-supplier framework agreements.

We will use the tender process to enable us to award an initial contract under the framework agreement for a specific site, with the opportunity to enter into mini-competitions for other sites during the term of the framework agreement. We reserve the right to invite Lot 1 and Lot 2 suppliers and/or Lot 3 suppliers to participate in mini-competitions depending on the specific business requirements for each project.

Contracts awarded under framework agreements shall be awarded based on specific criteria as detailed in the procurement documents.

The agreement value of GBP 17 500 000 given below is a quarter of an estimated value of installing plant on all 25 sites. It is unknown currently how this value will be split between Lot 1A, 1B and 3 as the funding option and risk profile will be decided on a project by project basis.

II.2.11) Information about options

Options: Yes

Description of options:

Any agreement awarded would be for an initial duration of 3 years with options to extend up to a maximum of 8 years. There will be no commitment to volume and performance against service levels will be measured and reviewed.

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 with 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 with a single operator.

IV.1.8) Information about 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 108-263478

Section V: Award of contract

Lot No: 1a

Contract No: CNG Services Limited

Title: Supply of Biogas Plant

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

08/02/2021

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

CNG Services Ltd

Solihull

UK

NUTS: UKG32

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1a

Contract No: SGN Commercial Services Limited

Title: Biogas Plant

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

08/02/2021

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

SGN Commercial Services Ltd

Surrey

UK

NUTS: UKJ2

The contractor is an SME: No

V.2.5) Information about subcontracting

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. https://www.thameswater.co.uk/procurement.

VI.4) Procedures for review

VI.4.1) Review body

Thames Water Utilities Ltd

Reading

UK

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

Thames Water Utilities Ltd

Reading

UK

VI.5) Date of dispatch of this notice

22/04/2021

Coding

Commodity categories

ID Title Parent category
45255000 Construction work for the oil and gas industry Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry
45253700 Digestion plant construction work Construction work for chemical-processing plant
42123100 Gas compressors Compressors

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement.support.centre@thameswater.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.