Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Natural Resources Wales
Ty Cambria House, 29 Newport Road
Cardiff
CF24 0TP
UK
Telephone: +44 3000653620
E-mail: amy.hogan@naturalresourceswales.gov.uk
NUTS: UKL
Internet address(es)
Main address: http://naturalresourceswales.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0110
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Wales Telemetry System
Reference number: 85974
II.1.2) Main CPV code
48000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Natural Resources Wales (NRW) are looking to replace the existing Wales Telemetry System (WTS) service with a more efficient, user friendly solution that will meet NRWs future demands, to include improved use and handling of alarms and mobile access to the solution, seeking to harmonise and simplify operational working practices.
NRW are using the Competitive Procedure with Negotiation for this procurement which includes PQQ and ITT stages. Successful bidders from the PQQ stage will be invited to tender for the full ITT. Draft tender documentation has been included for information at this stage.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 518 655.73
GBP
II.2) Description
II.2.2) Additional CPV code(s)
48100000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Wales
II.2.4) Description of the procurement
Natural Resources Wales is a Category 1 responder under the Civil Contingencies Act 2004.
Telemetry is a critical service supporting incident response and asset management by providing real-time information about the water environment and our assets. It provides key data for our flood forecasting and warning services, water resource management and for our understanding of the state of the environment.
NRW's current system was implemented in the early 2000’s and no longer meets the operational or strategic requirements of NRW. NRW are seeking a modern system that will meet both their present needs and those anticipated in the next ten years. NRW needs to balance the risk to this critical service with a move to more modern technologies.
The telemetry system is business critical, and the system architecture has been designed to ensure it is highly available, resilient and reliable. It is deployed in a duty / standby arrangement in geographically separate locations.
The user base is distributed across Wales with access required from all offices and depots. It is a key requirement that users can also access the system when working remotely, from home or on site, with mobile access increasingly important.
The existing NRW system was designed to meet the needs of Wales at that time and is based on communications technologies such as PSTN and GSM 2G analogue telephony which are due to be discontinued from 2025. The system and communications platforms must be refreshed to continue providing telemetry services which underpin:
- NRW flood forecasting and warning services, including direct alerts to some communities.
- Statutory roles such as river regulation.
- Public information such as River Levels, Rainfall and Sea data online.
- Water Company operational activities, including reservoir discharge control.
- Bathing water quality prediction and public information
- NRW operational activities involving access to rivers.
- Statutory and category 1 responder activities for our professional partners.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 80
Cost criterion: Cost
/ Weighting: 20
II.2.11) Information about options
Options:
Yes
Description of options:
Additional related purchases may be made under this agreement. The supplier may also wish to include additional options which are outside of the scope of the core requirements specified but may be of interest to NRW in future given the scope of the project being delivered. If options are provided within the bid, please clearly separate these from the response to core requirements.
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 022-120671
Section V: Award of contract
Contract No: 85974
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/02/2023
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
EMR Integrated Solutions (MP&E Trading Co Ltd t/a)
Ivy Business Centre, Crown Street, Failsworth
Manchester
M359BD
UK
Telephone: +353 872557000
Fax: +353 18013166
NUTS: UKD33
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1 518 655.73
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Tendering conducted via the Bravo eTendering portal https://etenderwales.bravosolution.co.uk
(WA Ref:128817)
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
03/02/2023