Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Dyfarnu Contract

Biogas Plant and Sale of Biomethane

  • Cyhoeddwyd gyntaf: 27 Ebrill 2021
  • Wedi'i addasu ddiwethaf: 27 Ebrill 2021

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Thames Water Utilities Ltd
ID Awudurdod:
AA77187
Dyddiad cyhoeddi:
27 Ebrill 2021
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract – cyfleustodau

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Thames Water Utilities Ltd

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

Reading

RG2 0BY

UK

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

NUTS: UKJ11

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: www.thameswater.co.uk

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.6) Prif weithgaredd

Dŵr

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Biogas Plant and Sale of Biomethane

Cyfeirnod: FA1504

II.1.2) Prif god CPV

45255000

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

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) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

II.1.7) Cyfanswm gwerth y caffaeliad

Cynnig isaf:   / Y cynnig uchaf:  

II.2) Disgrifiad

Rhif y Lot 1a

II.2.1) Teitl

Supply of Biogas Plant

II.2.2) Cod(au) CPV ychwanegol

45255000

45253700

42123100

II.2.3) Man cyflawni

Cod NUTS:

UKI

UKJ


Prif safle neu fan cyflawni:

Whole of the Thames Water region.

II.2.4) Disgrifiad o’r caffaeliad

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) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 2

II.2.1) Teitl

Supply of Biogas Plant

II.2.2) Cod(au) CPV ychwanegol

45255000

45253700

42123100

II.2.3) Man cyflawni

Cod NUTS:

UKI

UKJ


Prif safle neu fan cyflawni:

Whole of the Thames Water region.

II.2.4) Disgrifiad o’r caffaeliad

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) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

negodi gyda galwad am gystadleuaeth

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Na

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2020/S 108-263478

Section V: Dyfarnu contract

Rhif y Lot: 1a

Rhif Contract: CNG Services Limited

Teitl: Supply of Biogas Plant

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

08/02/2021

V.2.2) Gwybodaeth am dendrau

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

CNG Services Ltd

Solihull

UK

NUTS: UKG32

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: 1a

Rhif Contract: SGN Commercial Services Limited

Teitl: Biogas Plant

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

08/02/2021

V.2.2) Gwybodaeth am dendrau

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

SGN Commercial Services Ltd

Surrey

UK

NUTS: UKJ2

BBaCh yw’r contractwr: Na

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

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) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Thames Water Utilities Ltd

Reading

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

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) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

Thames Water Utilities Ltd

Reading

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

22/04/2021

Codio

Categorïau nwyddau

ID Teitl Prif gategori
42123100 Cywasgwyr nwy Cywasgyddion
45255000 Gwaith adeiladu ar gyfer y diwydiant olew a nwy Gwaith adeiladu ar gyfer gweithfeydd, mwyngloddio a gweithgynhyrchu ac ar gyfer adeiladau sy’n gysylltiedig â’r diwydiant olew a nwy
45253700 Gwaith adeiladu gweithfeydd treulio Gwaith adeiladu ar gyfer gweithfeydd prosesu cemegion

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
procurement.support.centre@thameswater.co.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.