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.

02 Contract Notice

Supply and Maintenance of Flood Warning Systems

  • First published: 16 January 2023
  • Last modified: 16 January 2023

Contents

Summary

OCID:
ocds-kuma6s-126306
Published by:
Caerphilly County Borough Council
Authority ID:
AA0272
Publication date:
16 January 2023
Deadline date:
13 February 2023
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Framework for replacing and installing flood warning systems located across Caerphilly County Borough Council. The initial work will require new telemetry systems at 6 sites with the chance to go to an additional 40 sites subject to funding. Future requirements could extend to a total of 238 sites. The initial work will need to be completed by the end of this financial year. A maintenance contract is required for all sites. This will be for an initial five year period, renewed annually by written agreement thereafter until no longer required or end of life of the equipment. CPV: 32441000, 32441200, 32440000, 32441100, 38291000, 45246400, 45246410.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Caerphilly County Borough Council

Penallta House, Tredomen Park, Ystrad Mynach

Hengoed

CF82 7PG

UK

Contact person: Annie Pockett

Telephone: +44 1443863161

E-mail: pockea1@caerphily.gov.uk

Fax: +44 1443863167

NUTS: UKL16

Internet address(es)

Main address: www.caerphilly.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0272

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://suppIierIive.proactisp2p.com/Account/Login


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://suppIierIive.proactisp2p.com/Account/Login


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Supply and Maintenance of Flood Warning Systems

Reference number: CCBC/PS2199/23/AP (RQST13475)

II.1.2) Main CPV code

32441000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Framework for replacing and installing flood warning systems located across Caerphilly County Borough Council. The initial work will require new telemetry systems at 6 sites with the chance to go to an additional 40 sites subject to funding. Future requirements could extend to a total of 238 sites.

The initial work will need to be completed by the end of this financial year.

A maintenance contract is required for all sites. This will be for an initial five year period, renewed annually by written agreement thereafter until no longer required or end of life of the equipment.

II.1.5) Estimated total value

Value excluding VAT: 3 570 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

32441200

32440000

32441100

38291000

45246400

45246410

II.2.3) Place of performance

NUTS code:

UKL16


Main site or place of performance:

Within the boundaries or near boundaries of Caerphilly County Borough

II.2.4) Description of the procurement

1.There are approximately 1,530 culvert inlets and other land drainage assets identified across Caerphilly County Borough Council area, of which approximately 238 are included on the Severe Weather Culvert (SWC) Register maintained by the Lead Local Flood Authority (LLFA). Approximately 46 of these have been identified as high priority assets. The first 6 sites will need to be completed by the end of this current financial year.

2.The majority of these high priority assets are in the form of culvert inlets with debris or security inlet screens of varying age, design and condition. A smaller number would be in the form of high capacity highway drainage inlets, gullies or similar.

3. The LLFA would like to implement a network of remote monitoring and telemetry systems, with an initial focus on the 46 high priority assets, such that monitoring can be carried out on a more regular basis and in a more timely manner whilst also enabling efficiency savings and reductions in carbon associated with officers travelling to multiple and often remote areas of the County.

4. The LLFA also carry out a number of improvement schemes on a continual basis, for which supporting evidence in relation to flood risk, frequency and severity of rainfall patterns and stream flow is required.

5. When flooding does occur, the LLFA has a statutory obligation to carry out Flood Investigation Reports (FIRs) under Section 19 of the Flood and Water Management Act (2010) for which data on the severity of individual or sequential storm events is also important.

6. The LLFA are therefore looking to include rain gauges and stream flow gauges at strategically important locations across the Borough in order to improve the data acquisition and evidence base for improvement schemes and FIRs. This may also include for temporary installations or relocation of systems as schemes are delivered and / or new scheme locations identified.

7. With an increasing focus and awareness on water quality, the LLFA have also identified a future need to monitor certain key outfalls in relation to water quality indicators, including but not necessarily limited to Suspended Solids and Turbidity, pH, Temperature, Heavy Metals, Nutrients (predominantly Phosphorus and Nitrogen) and Oil and Hydrocarbons.

8. The LLFA has previously had remote monitoring and telemetry equipment installed on 3 sites, which has now reached or is reaching the end of its life and will be replaced under this tender.

9. This tender is therefore intended to allow for:

a)A progressive increase in sensors, including an allowance for CCTV where appropriate, across 46 sites with a potential to expand to further sites up to a maximum of 238 should resources and funding be available.

b)Data logging and communication systems, including an allowance for data export and / or storage and early warning or alarm systems.

c)Online system for monitoring of remote stations.

d)Rain Gauges or weather stations, with an initial expectation of 3 sites, but potential to expand to a maximum of 10 locations

e)Flow meters for streams, open channels and pipes, with an initial expectation for 3 sites, but with potential to expand to a maximum of 46 locations or to enable temporary systems that can be re-located and re-used according to particular needs.

f)Water quality monitoring systems. Whilst no specific need has been identified at present, there is a potential need for up to a maximum of 46locations.

g)Survey of site locations

h)Installation and commissioning of systems.

i)Ongoing support and maintenance provision.

II.2.5) Award criteria

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

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

Start: 01/03/2023

End: 28/02/2027

This contract is subject to renewal: Yes

Description of renewals:

Any Maintenance packages associated with the installed equipment will be renewed annually after the first 5 year maintenance window until product replacement, removal or end of life.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Bidders should provide discount off price list for other flood warning related systems or products upgrades as and when available that may be purchased under this framework.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

II.2.14) Additional information

Framework may be used for Welsh Government Funded projects that are granted to CCBC

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 prescribed in the Procurement Documents

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.2) Conditions related to the contract

III.2.2) Contract performance conditions

As prescribed in the Procurement Documents

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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: 10/02/2023

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: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 10/02/2023

Local time: 12:00

Place:

In accordance with the eTendering system Proactis Plaza

Information about authorised persons and opening procedure:

Authorised officers of Caerphilly County Borough Council

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

Tenderers must express an interest in this tender by completing the following :

1.Log in to the Proactis Supplier Portal at https://suppIierIive.proactisp2p.com/Account/Login 2.Click the ‘Sign Up’ option on the Portal homepage (If already registered go to point 11).

3.Enter your correct Organisation Name, Details and Primary Contact Details.

4.Please make a note of the Organisation ID and User Name, then click ‘Register'

5.You will then receive an email from the system asking you to follow a link to activate your account.

6.Please enter the information requested, clicking on the blue arrow to move on to the next stage and follow the instructions ensuring that you enter all applicable details.

7.In the Classification section please ensure that you select the Product Classification Codes (CPV Codes) that appear in the tender notice, it is essential that only CPV Codes specific to your organisation are added to your profile.

8.Buyer Selection. At this stage you are required to indicate which Buyer Organisations you would like to register with. Please

remember to register with Caerphilly to ensures that you will be alerted to all relevant opportunities.

9.Terms & Conditions. Read the terms & conditions of the use of this Supplier Portal and tick the box to denote you have read and understood the terms and that you agree to abide by them. If you do not agree you cannot complete the registration process.

Once you have agreed click on the blue arrow to move on to the next stage.

10.Insert a password for the admin user and repeat it. The password MUST be between 6 and 50 characters in length. It must contain at least 2 number(s). Once completed select ‘Complete Registration‘ and you will enter the Supplier Home page.

11.From the Home Page, go to the ‘Opportunities‘ icon, all current opportunities will be listed. Click on the blue arrow under the field ‘Show Me‘ of the relevant opportunity then click to register your interest on the applicable button.

12.Refresh your screen by clicking on the opportunities icon located on the left-hand side, to view the opportunity click the blue arrow.

13.Note the closing date for completion of the relevant project. To find all available documentation please dropdown the

*Request Documents’ option and click to download all documents.

14.You can now either complete your response or ‘Decline‘ this opportunity.

All queries are to be made via the messaging system on the Proactis portal. Please note we will not accept any questions/queries via telephone/email.

Supplier guides are available via the portal and this contract notice detailing how to use the eTender system including for how to register on the e-tender portal.

If you require assistance, please contact Jemma Ford 01443 863163 — fordj1@caerphiIIy.gov.uk or the procurement team on 01443 863161. Procurement Clinics are also available should you require further assistance when completing and submitting your tender or for general tendering advice aside from this process.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=126306.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Bidders will be required to submit their Social Value deliverables and targets, detailing how they will assist the Council in achieving its objectives with regard to the Wellbeing of Future Generations (Wales) Act 20 15, this will include Social Value benefits such as local supply chains, community initiatives etc and will become part of the framework agreement.

(WA Ref:126306)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

12/01/2023

Coding

Commodity categories

ID Title Parent category
45246410 Flood-defences maintenance works River regulation and flood control works
45246400 Flood-prevention works River regulation and flood control works
32441200 Telemetry and control equipment Telemetry equipment
32440000 Telemetry and terminal equipment Networks
38291000 Telemetry apparatus Surveying, hydrographic, oceanographic and hydrological instruments and appliances
32441000 Telemetry equipment Telemetry and terminal equipment
32441100 Telemetry surveillance system Telemetry equipment

Delivery locations

ID Description
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)

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.

Document family

Notice details
Publication date:
16 January 2023
Deadline date:
13 February 2023 00:00
Notice type:
02 Contract Notice
Authority name:
Caerphilly County Borough Council
Publication date:
31 January 2023
Notice type:
14 Corrigendum
Authority name:
Caerphilly County Borough Council
Publication date:
21 February 2024
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Caerphilly County Borough Council

About the buyer

Main contact:
pockea1@caerphily.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
16/01/2023 13:30
Notice date(s) changed
IV.2.2) Time limit
Old date: 10/02/2023 12:00
New date: 13/02/2023 12:00

IV.2.7) Conditions for opening of tenders
Old date: 10/02/2023 12:00
New date: 13/02/2023 12:30

Delay in issuing

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

pdf
pdf1.48 MB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.