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

Wales Telemetry System

  • First published: 03 May 2022
  • Last modified: 03 May 2022
  • This file may not be fully accessible.

  •  

You are viewing an expired notice.

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-kuma6s-120671
Published by:
Natural Resources Wales
Authority ID:
AA0110
Publication date:
03 May 2022
Deadline date:
06 June 2022
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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. CPV: 48000000, 48100000.

Full notice text

Contract notice

Section I: Contracting authority

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.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://etenderwales.bravosolution.co.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/


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.1.5) Estimated total value

Value excluding VAT: 1 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

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

Criteria below:

Quality criterion: Quality / Weighting: 80

Cost criterion: Cost / Weighting: 20

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

Duration in months: 72

This contract is subject to renewal: Yes

Description of renewals:

Optional extension of up to 4 years

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

Envisaged minimum number: 3

II.2.10) Information about variants

Variants will be accepted: No

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 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.2) Conditions related to the contract

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

Competitive procedure with negotiation

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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: 06/06/2022

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 20/06/2022

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)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

INSTRUCTIONS FOR SUBMITTING AN EXPRESSION OF INTEREST / COMPLETING THE PQQ

i) Suppliers should register on the eTendering portal https://etenderwales.bravosolution.co.uk

ii) Once registered, suppliers must express their interest as follows

a) login to the eTendering portal

b) select 'PQQ'

c) select 'PQQs Open To All Suppliers'

d) access the listing relating to the contract (pqq_33277 "Wales Telemetry System" and view details

e) click on 'Express Interest' button in the 'Actions' box on the left-hand side of the page

iii) Once you have expressed interest, the PQQ will move to 'My PQQs', where you can download and view documents and where you can

construct your reply as instructed. You must then publish your reply using the publish button.

iv) For any support in submitting your expression of interest, please contact the eTendering helpdesk on 0800 0112470 or at

help@bravosolution.co.uk.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=120671

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:

NRW are incorporating Social Value for this tender utilising the WTOMs methodology

(WA Ref:120671)

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

03/05/2022

Coding

Commodity categories

ID Title Parent category
48100000 Industry specific software package Software package and information systems
48000000 Software package and information systems Computer and Related Services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

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:
03 May 2022
Deadline date:
06 June 2022 00:00
Notice type:
02 Contract Notice
Authority name:
Natural Resources Wales
Publication date:
03 February 2023
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Natural Resources Wales

About the buyer

Main contact:
amy.hogan@naturalresourceswales.gov.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.