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

Odour Treatment & Control

  • First published: 09 October 2025
  • Last modified: 09 October 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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:
ocds-h6vhtk-05aa54
Published by:
Scottish Water
Authority ID:
AA20044
Publication date:
09 October 2025
Deadline date:
10 November 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The scope of the supply covered by this agreement is for the surveying, design, manufacturing, works testing (where required), delivery, offloading, installation, commissioning and testing of Odour Control and Treatment Plant and Equipment and associated Ventilation Plant and Equipment and all necessary ancillary equipment. This framework will be awarded on a Pan Scotland basis, including Highlands and Islands.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Scottish Water

The Bridge, 6 Buchanan Gate Stepps

Glasgow

G33 6FB

UK

Contact person: Kevin Toal

E-mail: kevin.toal2@scottishwater.co.uk

NUTS: UKM

Internet address(es)

Main address: https://www.scottishwater.co.uk/

Address of the buyer profile: https://www.scottishwater.co.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects


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

Odour Treatment & Control

Reference number: SW24/W&WTE/1476

II.1.2) Main CPV code

42996400

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The scope of the supply covered by this agreement is for the surveying, design, manufacturing, works testing (where required), delivery, offloading, installation, commissioning and testing of Odour Control and Treatment Plant and Equipment and associated Ventilation Plant and Equipment and all necessary ancillary equipment. This framework will be awarded on a Pan Scotland basis, including Highlands and Islands.

II.1.5) Estimated total value

Value excluding VAT: 6 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Scotland Wide

II.2.4) Description of the procurement

The scope of the supply covered by this agreement is for the surveying, design, manufacturing, works testing (where required), delivery, offloading, installation, commissioning and testing of Odour Control and Treatment Plant and Equipment and associated Ventilation Plant and Equipment and all necessary ancillary equipment. The work scope will include, but will not be limited to:<br/>Services<br/><br/>1. Specification, Design, Manufacture and/or Procurement<br/>2. Installation and Installation Management<br/>3. Testing, Commissioning and Training<br/>4. Ongoing Servicing, Support and Maintenance.<br/>5. Documentation / Manuals<br/>6. DSEAR assessments for the odour system, proposed locations and odour source.<br/>7. Odour Source and problem identification<br/>8. Odour Surveys<br/>9. Odour Mapping<br/>10. Odour Dispersion modelling<br/>11. Opex analysis<br/><br/>Plant and Equipment<br/>1. Chemical Scrubbing<br/>2. Catalytic Scrubbing<br/>3. Fluidised Scrubbing<br/>4. Activated Carbon Absorption<br/>5. Oxidation<br/>6. Bio-filtration<br/>7. Bio-scrubbers<br/>8. Odour containment, e.g. roofs and covers etc<br/>9. Odour Collection, duct work, ventilation, fans (high efficiency) for delivery and extract systems<br/>10. Systems shall be suitable for the removal of odours associated with VOC, Hydrogen Sulphide and Sulphur Dioxide, and resistant to corrosion which can result from these compounds<br/>11. Thermal Oxidisation<br/><br/>Applications and Standards<br/>1. Potable, raw and wastewater, treatment and pumping systems<br/>2. Wastewater treatment plants. Odour control and ventilation BS EN 12255-9:2002<br/>3. Wastewater treatment plants. Safety principals BS EN 12255-10:2001<br/>4. ATEX certification of all mechanical and electrical plant in hazardous areas<br/>5. Scottish Water specifications and WIMES specifications apply to the supply of all commodities as do any and all regulatory requirements<br/>6. MBP 2 Odour Control - Monograph on Best Practice No 2 CIWEM<br/>7. SEEG Paper 2005/9 Scottish Executive Environment Group - Voluntary Code of Practice on Assessment and Control of Odour Nuisance from Wastewater Treatment Works SCE<br/>8. Water Services etc (Scotland) Act 2005 - The Sewerage Nuisance (Code of Practice) (Scotland) Order 2006: Guidance on Statutory Code of Practice on Sewerage Nuisance - Assessment and Control of Odour from Wastewater Treatment Works SCE<br/>9. SSI 2006/155 Water Industry - The Sewerage Nuisance (Code of Practice) (Scotland) Order 2006<br/>10. PB 11833 Code of Practice on Odour Nuisance from Sewage Treatment Works DEFRA<br/>Equipment will be required to conform to technical specifications including WIMES 8.05, Odour Control Equipment (+ amendments), issue 4.

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: 6 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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.2.14) Additional information

To access this opportunity, please register using the following link: <br/>https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects

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

See procurement documents for further information

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

See procurement document for further information

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: Yes

IV.2) Administrative information

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

Date: 10/11/2025

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: No

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

To access this opportunity, please register using the following link:<br/>https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

UK

VI.4.2) Body responsible for mediation procedures

Scottish Water

The Bridge, 6 Buchanan Gate Stepps

Glasgow

G33 6FB

UK

E-mail: kevin.toal2@scottishwater.co.uk

Internet address(es)

URL: https://www.scottishwater.co.uk/

VI.5) Date of dispatch of this notice

08/10/2025

Coding

Commodity categories

ID Title Parent category
42996400 Mixer units Machinery for the treatment of sewage

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:
kevin.toal2@scottishwater.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.