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 Notice

Tanks

  • First published: 28 October 2020
  • Last modified: 28 October 2020

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:
28 October 2020
Deadline date:
17 November 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The provision of sludge holding tanks and digesters as below.

Glass reinforced steel tanks are generally used in Wastewater Sludge treatment applications, i.e. sludge holding tanks, sludge buffer tanks, picket fence thickeners, primary digesters and secondary digesters.

Sludge holding, buffer blending tanks:

Provide temporary storage for a type of sludge or blend of sludges, i.e. primary, humus and/or activated sludges. These sludges can be indigenous or imported from other sites. Tanks usually include some form of mixing facility.

Primary and secondary digesters:

Primary digesters are fixed roof structures where blended sludge is digested for between 12 to 25 days to reduce sludge volume, kill pathogens and generate methane gas.

Secondary digesters are the second stage of sludge digestion, providing additional pathogen kill.

Both tanks include either mechanical mixing (via a pump impeller) or using gas mixing systems.

TW wish to award this Lot to up to 4 suppliers that are capable of supplying all tanks covered within scope of this lot throughout the duration of the contract and inline with TW asset standards.

Full notice text

Contract 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.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

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


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

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


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Tanks

Reference number: FA1470

II.1.2) Main CPV code

44611000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Tanks are a critical asset in the water and wastewater treatment process. If tanks develop holes and/or cease to work effectively; the treatment process capacity is reduced and can lead to increased running costs and potential for catastrophic failure of the asset.

Thames Water Utilities Ltd wishes to establish a framework agreement for the provision of a range of tanks to be used on their Water and Wastewater sites across their entire region.

The agreement has been split into three specific lots, covering 5 main tank types.

Applicants are invited to apply for the following lots:

Lot 1: Sludeg holding tanks and Digesters,

Lot 2: Fuel tanks,

Lot 3: Chemical tanks and Salt Saturators.

Each lot will be awarded to 1-4 suppliers.

Companies may apply for one or more lots.

II.1.5) Estimated total value

Value excluding VAT: 10 400 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

1-3

II.2) Description

Lot No: 1

II.2.1) Title

Sludge Holding Tanks and Digesters

II.2.2) Additional CPV code(s)

44611000

45252122

44611420

II.2.3) Place of performance

NUTS code:

UKJ

UKI


Main site or place of performance:

Whole of TW Area.

II.2.4) Description of the procurement

The provision of sludge holding tanks and digesters as below.

Glass reinforced steel tanks are generally used in Wastewater Sludge treatment applications, i.e. sludge holding tanks, sludge buffer tanks, picket fence thickeners, primary digesters and secondary digesters.

Sludge holding, buffer blending tanks:

Provide temporary storage for a type of sludge or blend of sludges, i.e. primary, humus and/or activated sludges. These sludges can be indigenous or imported from other sites. Tanks usually include some form of mixing facility.

Primary and secondary digesters:

Primary digesters are fixed roof structures where blended sludge is digested for between 12 to 25 days to reduce sludge volume, kill pathogens and generate methane gas.

Secondary digesters are the second stage of sludge digestion, providing additional pathogen kill.

Both tanks include either mechanical mixing (via a pump impeller) or using gas mixing systems.

TW wish to award this Lot to up to 4 suppliers that are capable of supplying all tanks covered within scope of this lot throughout the duration of the contract and inline with TW asset standards.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 5 300 000.00  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:

The initial term will be for 3 years with options to extend up to maximum term of 8 years.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Thames Water envisages that the contract will be awarded for an initial term of 3 years with an option to extend up to a maximum of 8 years subject to assessed performance.

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

Fuel tanks

II.2.2) Additional CPV code(s)

44611000

44611400

II.2.3) Place of performance

NUTS code:

UKJ

UKI


Main site or place of performance:

Whole of TW Area.

II.2.4) Description of the procurement

The provision of fuel tanks.

Fuel tanks are currently used either for bulk storage in the order of up to 350 000 litres or as day tanks from 500 litres to 100 000 litres.

TW store these on their premises to heat and run their premises and standby generators.

Compliance with government regulations and TW Asset Standards is vital to ensuring not only safety to people and the environment but also that TW are not fined or prosecuted.

TW wish to award this lot to up to 4 suppliers that are capable of supplying all tanks covered within scope of this lot throughout the duration of the contract and inline with TW Asset Standards.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 3 200 000.00  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:

The initial term will be for 3 years with options to extend up to maximum term of 8 years.

II.2.10) Information about variants

Variants will be accepted: Yes

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 overall 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

Lot No: 3

II.2.1) Title

Chemical Tanks and Salt Saturators

II.2.2) Additional CPV code(s)

44611000

44611400

II.2.3) Place of performance

NUTS code:

UKJ

UKI


Main site or place of performance:

Whole of TW Area.

II.2.4) Description of the procurement

The provision of chemical tanks and salt saturators as below.

Chemical tanks are contained in kiosk type tank units. The tanks contain chemicals, dosing pumps, level sensors, flow meters etc. required for chemical dosing treatment of water and wastewater.

These tanks hold various chemicals, including:

• sodium hypochlorite,

• sodium bisulphite,

• sodium hydroxide,

• sulphuric acid,

• ferric sulphate,

• orthophosphoric acid,

• polyaluminium chloride,

• softened water.

Storage tanks are arranged in pairs, depending on the size of the installation many pairs may be connected in series. In each pair there is a master tank and a slave tank.

These tanks may be constructed of Thermoplastics or GRP and may be conventionally bunded or internally bunded.

Salt saturators are used on sites where part of the treatment requires softened water.

This is generally to prevent the main treatment chemical from precipitating out of solution and blocking dosing pipes.

Salt saturators normally have a layer of gravel on the bottom, PDV salt is filled on top of this and a constant head of service water is applied to fill the remainder of the tank. This results in a brine solution discharged from the bottom of the tank to whichever application it is used for.

These tanks are normally supplied with dust arrestors, which prevent clouds of powdered salt being emitted during deliveries.

TW wish to award this lot to up to 4 suppliers that are capable of supplying all tanks covered within scope of this lot throughout the duration of the contract and inline with TW Asset Standards.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 1 900 000.00  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:

The initial term will be for 3 years with options to extend up to maximum term of 8 years.

II.2.10) Information about variants

Variants will be accepted: Yes

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 overall 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

As detailed in the PQQ.

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

As detailed in the PQQ documentation.

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.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As stated in the invitation to negotiation document.

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 several operators.

Envisaged maximum number of participants to the framework agreement: 9

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 17/11/2020

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)

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

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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.

Note that your client may be Thames Water Utilities Ltd or another company within the Kemble Water group structure.

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

21/10/2020

Coding

Commodity categories

ID Title Parent category
45252122 Sewage digesters Construction works for sewage treatment plants, purification plants and refuse incineration plants
44611420 Sludge-storage tanks Tanks
44611400 Storage tanks Tanks
44611000 Tanks Tanks, reservoirs, containers and pressure vessels

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.