United Kingdom-Reading: Oxygen

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom-Reading: Oxygen
OJEU (High Value) 460198-2020
Type Invitation to tender
Date Published 2020-09-30
Deadline 2020-11-06 12:00:00
Nature Of Contract Supply contract
Awarding Authority
Procedure Negotiated procedure

Description :
CONTRACT NOTICE



Section I: Contracting authority

I.1) Name and addresses:
Official name: Thames Water Utilities Limited
Postal address: Procurement Support Centre - 3rd Floor East, C/O Mail Room, Rose Kiln Court
Town: Reading
Postal code: RG2 0BY
Country: UK
E-mail: procurement.support.centre@thameswater.co.uk
NUTS code: UKJ11
Main address: www.thameswater.co.uk
I.2.3) The contract is awarded by a central purchasing body

Communication
I.3) Procurement documents
(URL):https://www.thameswater.co.uk/procurement

Additional Information
I.3.4) Additional information can be obtained from:
I.3.6)Tenders or requests to participate must be submitted electronically via:
https://www.thameswater.co.uk/procurement
I.3.8) to the above mentioned address


Section II: Object of Contract


Title:
The Supply and Maintenance of Liquid Oxygen

Reference number: FA1475

II.1.4) Short description
Liquid Oxygen (LOX) is used within the Clean Water treatment process to produce Ozone.

There are 9 operational ozone plants within Thames Water currently in operation within the London and Thames Valley regions. The 9 sites are located in Farmoor, Swinford, Fobney, Coppermills, Chingford, Walford, Ashford, Kempton and Hampton. This framework is split into two lots;

Lot 1 - Supply of LOX.

Lot 2 - Maintenance of LOX Tanks & Auxiliary Items.

Thames Water reserves the right to make no award as a result of this procurement process, or may award in part or in whole.

Suppliers can apply for one, some or all of the lots described above and may be awarded less lots than originally applied for.

The initial term of the framework agreement will be 3 years with an option to extend up to a maximum of 8 years subject to assessed performance.

For resilience, Thames Water will be investigating the option of a multiple supplier agreement. However, reserve the right to award single suppliers.

II.01) Estimated value excluding VAT:
GBP 8184000.00

Information about lots
II.1.6) This contract is divided into lots: yes


II.1.6.6) Maximum number of lots that may be awarded to one tenderer: 2
II.1.6.7) The contracting authority reserves the right to award concessions combining the following lots or groups of lots -
Lot 1 and Lot 2


Description: Item/Lot 1
Title:
The Supply of Liquid Oxygen

II.2.1) Lot No: 1
NUTS code: UKI
NUTS code: UKJ
II.2.3.2) Main site or place of performance:
Whole of the Thames Water region.

II.1.4) Short description
Liquid Oxygen is to be supplied by road bulk tankers to 9 operational clean water treatment sites within the Thames Water region.

II.2.5) Award criteria:

Value excluding VAT: GBP 8056000.00
II.02.07) Duration in months 96
II.2.7.5) This contract is subject to renewal: yes
II.2.7.6) Description of renewals:
Initial contract term will be 3 years with an option to extend to a maximum of eight years with annual extensions.

II.2.9) Envisaged number of candidates 3
II.2.10) Variants will be accepted: yes II.2.10.1) Variants will be accepted: yes
II.2.11) Options
II.2.11.2) Description of options
Any agreement will be awarded for an initial term of 3 years, with options to extend up to maximum term of 8 years.

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

Description: Item/Lot 2
Title:
The Maintenance of Liquid Oxygen Tanks and Auxiliary Items.

II.2.1) Lot No: 2
NUTS code: UKI
NUTS code: UKJ
II.2.3.2) Main site or place of performance:
Whole of the Thames Water region

II.1.4) Short description
Maintenance of the Thames Water owned Liquid Oxygen tanks and associated auxiliary items across 9 operational sites within the Thames Water region.

II.2.5) Award criteria:

Value excluding VAT: GBP 120000.00
II.02.07) Duration in months 96
II.2.7.5) This contract is subject to renewal: yes
II.2.7.6) Description of renewals:
Initial contract term will be 3 years with an option to extend to a maximum of eight years with annual extensions.

II.2.9) Envisaged number of candidates 5
II.2.10) Variants will be accepted: yes II.2.10.1) Variants will be accepted: yes
II.2.11) Options
II.2.11.2) Description of options
Any agreement will be awarded for an initial term of 3 years, with options to extend up to maximum term of 8 years.

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.1.2) Economic and financial standing
III.1.2.2) Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
III.1.3.1.2) Selection criteria as stated in the procurement documents
III.01.04.1) List and brief description of rules and criteria:
As detailed in section VI.3 and PQQ.

III.01-06_01) Deposits and guarantees required:
Bonds and/or parent company guarantees of performance and financial standing may be required.

III.01-07_01) Main financing conditions and payement arrangements and/or reference to the relevant provisions governing them:
Specified in the ITN Document.

III.01-08_01) 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.


Section IV: Procedure

IV.1.1) Type of procedure: Competitive Negotiation
IV.1.3) The procurement involves the establishment of a framework agreement

IV.1.3) Envisaged maximum number of participants to the framework agreement 4

IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2020-11-06
IV.2.2) Local time 12:00


IV.2.6) Duration in months (from the date stated for receipt of tender): 12

Section V: Complementary information



Between 3 and 8 years


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 Limited or another company within the Kemble Water group structure.


Review body:
Official name: Thames Water Utilities Limited
Town: Reading
Country: UK
VI.4.3) Precise information on deadline(s) for review procedures
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).


VI.04.04) Service from which information about the review
Official name: Thames Water Utilities Limited
Town: Reading
Country: UK

Section VI

Date of dispatch of this notice : 2020-09-25

CPV Codes
24111900; 45259000; 50000000; 50514100; Oxygen; Repair and maintenance of plant; Repair and maintenance services; Repair and maintenance services of tanks;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.