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.

Contract Notice

Electronic Security Systems (ESS)

  • First published: 08 August 2024
  • Last modified: 08 August 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04889d
Published by:
Thames Water Utilities Limited
Authority ID:
AA20727
Publication date:
08 August 2024
Deadline date:
28 August 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Our site safety and security is vital and enables us to deliver life's essential service to our customers, and maintaining our estate successfully is crucial to keeping our frontline operation working.

We believe there is an opportunity to improve the efficiency of our supply network and maximise the benefit to our operations, by exploring new innovations and ways of working across our site infrastructure.

We are keen to work with suppliers who can meet our different Electric Security System (ESS) needs (which includes provision, installation and maintenance of CCTV, Access Control, IDS, PIDS), to ensure we implement the most efficient and beneficial solution.

Thames Water intends to award a number of Framework Agreements for ESS Products, installation and maintenance, covering both standalone systems and those that communicate with our centralised alarm monitoring centre to optimise security and value for money.

The agreements will be awarded under the following lot structure:

Lot 1 - Supply and install of new Enterprise ESS products

Lot 2 - Maintain existing Enterprise ESS products on the TW estate

Lot 3 - Supply, install and maintain new and existing Standalone ESS products on the TW estate

Please note that, due to the sensitive nature of the PQQ and ITN content, a Non Disclosure Agreement will need to be signed before access can be granted to our eProcurement system.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

THAMES WATER UTILITIES LIMITED

02366661

Reading

RG18DB

UK

Contact person: Thames Water

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

NUTS: UKJ11

Internet address(es)

Main address: https://www.thameswater.co.uk/

I.3) Communication

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

https://www.thameswater.co.uk/about-us/our-suppliers/procurement


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

http://thameswater.smartsourceportal.com


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Electronic Security Systems (ESS)

Reference number: FA2180

II.1.2) Main CPV code

35125000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Our site safety and security is vital and enables us to deliver life's essential service to our customers, and maintaining our estate successfully is crucial to keeping our frontline operation working.

We believe there is an opportunity to improve the efficiency of our supply network and maximise the benefit to our operations, by exploring new innovations and ways of working across our site infrastructure.

We are keen to work with suppliers who can meet our different Electric Security System (ESS) needs (which includes provision, installation and maintenance of CCTV, Access Control, IDS, PIDS), to ensure we implement the most efficient and beneficial solution.

Thames Water intends to award a number of Framework Agreements for ESS Products, installation and maintenance, covering both standalone systems and those that communicate with our centralised alarm monitoring centre to optimise security and value for money.

The agreements will be awarded under the following lot structure:

Lot 1 - Supply and install of new Enterprise ESS products

Lot 2 - Maintain existing Enterprise ESS products on the TW estate

Lot 3 - Supply, install and maintain new and existing Standalone ESS products on the TW estate

Please note that, due to the sensitive nature of the PQQ and ITN content, a Non Disclosure Agreement will need to be signed before access can be granted to our eProcurement system.

II.1.5) Estimated total value

Value excluding VAT: 30 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

II.2) Description

Lot No: 1

II.2.1) Title

Supply and Install Enterprise ESS Products

II.2.2) Additional CPV code(s)

32235000

32323500

32441100

35120000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of the Thames Water Region

II.2.4) Description of the procurement

Supply, install and maintain ESS Products, which includes CCTV, Access Control, PIDs as well as various other preventative and surveillance systems. The types of services we require for these products are installers who design, supply, install and provide Planned and Reactive maintenance and Repairs that are connected to our Alarm Monitoring Centre (AMC).

We are looking to award to a number of suppliers to cover requirements across the AMP8 period where work will be awarded mainly through mini competitions with other agreement suppliers.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 22 000 000.00  GBP

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

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

Any agreement awarded would be for an initial duration of 4 years, with options to extend every 2 years up to a maximum overall term of 8 years. (4+2+2)

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Any agreement awarded would be for an initial duration of 4 years, with options to extend every 2 years up to a maximum overall term of 8 years. (4+2+2)

II.2.13) Information about European Union funds

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

Lot No: 2

II.2.1) Title

Maintain Enterprise ESS Products

II.2.2) Additional CPV code(s)

32235000

32323500

32441100

35120000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of the Thames Water Region

II.2.4) Description of the procurement

Maintain ESS products that are connected to our Alarm Monitoring Centre (AMC), Planned and Reactive maintenance and Repairs. We are looking to award to 2 suppliers and award annual contracts under the framework agreement to cover all planned and low value reactive works by region to each supplier with major reactive works to be competed between both.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 6 000 000.00  GBP

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

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

Any agreement awarded would be for an initial duration of 4 years, with options to extend every 2 years up to a maximum overall term of 8 years. (4+2+2)

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Any agreement awarded would be for an initial duration of 4 years, with options to extend every 2 years up to a maximum overall term of 8 years. (4+2+2)

II.2.13) Information about European Union funds

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

Lot No: 3

II.2.1) Title

Install and Maintain Standalone ESS Products

II.2.2) Additional CPV code(s)

32235000

32323500

32441100

35120000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of the Thames Water Region

II.2.4) Description of the procurement

Maintain ESS products that are NOT connected to our Alarm Monitoring Centre (AMC), Planned and Reactive maintenance and Repairs.

We are expecting to award to 5-6 suppliers with planned and minor reactive maintenance to be awarded on an annual basis between suppliers with install projects and major reactive works to be mini competed between all suppliers.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 2 000 000.00  GBP

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

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

Any agreement awarded would be for an initial duration of 4 years, with options to extend every 2 years up to a maximum overall term of 8 years. (4+2+2)

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Any agreement awarded would be for an initial duration of 4 years, with options to extend every 2 years up to a maximum overall term of 8 years. (4+2+2)

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.1.4) Objective rules and criteria for participation

As detailed in section VI.3 & PQQ.

III.1.6) Deposits and guarantees required:

Bonds and/or parent company guarantees of performance and financial standing may be required

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Specified in Invitation to Negotiate Document

III.1.8) 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

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 10

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 28/08/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

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

All suppliers who wish to respond to this contract notice must request a pre-qualification questionnaire (PQQ) by using the web link in Section I.3 (www.thameswater.co.uk/procurement).

From your response to the link in Section I.3 or above, Thames Water's Procurement Support Centre will send you an email providing login details for our eSourcing system (i.e. IASTA

Smartsource). To complete the PQQ you will need to login to IASTA Smartsource.

If the project requires it, you will receive an additional and separate survey to complete for Data Protection.

Note - The client may be Thames Water Utilities Limited or another company within the Kemble Water group structure

VI.4) Procedures for review

VI.4.1) Review body

Thames Water Utilities Limited

Reading

UK

VI.4.3) Review procedure

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 (SI 2016 No 274) 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.5) Date of dispatch of this notice

07/08/2024

Coding

Commodity categories

ID Title Parent category
32235000 Closed-circuit surveillance system Radio transmission apparatus with reception apparatus
35120000 Surveillance and security systems and devices Emergency and security equipment
35125000 Surveillance system Surveillance and security systems and devices
32441100 Telemetry surveillance system Telemetry equipment
32323500 Video-surveillance system Video monitors

Delivery locations

ID Description
100 UK - All

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.

About the buyer

Main contact:
procurement.support.centre@thameswater.co.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.