Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Thames Water Utilities Ltd
Procurement Support Centre — 3rd Floor East, C/O Mail Room, Rose Kiln Court
Reading
RG2 0BY
UK
E-mail: procurement.support.centre@thameswater.co.uk
NUTS: UKJ11
Internet address(es)
Main address: 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/procurement
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.thameswater.co.uk/procurement
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Control and Automation Systems
Reference number: FA1469
II.1.2) Main CPV code
42961000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Thames Water wishes to award one or more framework agreements to supplier(s) capable of supplying low voltage assemblies and system integration services
The agreement will be covered by the following lots;
Lot 1: Low Voltage Assemblies and System Inegration,
Lot 2: Site System Integration,
Lot 3: RTU System Integration,
Lot 4: Small Pumping Station (SPS) Panels.
ICA and LVA assets will be delivered primarily via 2 routes in AMP 7;
• delivered as part of several multi-discipline Capital Projects through Tier 1s;
• delivered as a standalone Programmes of Work (separate ICA and LVA Program).
Agreements will be for an initial term of 3 years with the option to extend to a maximum of 8 years. Volumes will not be committed with any supplier.
Thames Water reserve the right to issue multiple awards for each lot to achieve the most efficient and economical service solution. Thames Water reserves the right to enter into a contract or contracts for the provision of all or any number of lots.
II.1.5) Estimated total value
Value excluding VAT:
238 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Low Voltage Assemblies (LVAs) and Systems Integration
II.2.2) Additional CPV code(s)
31214500
31214510
31214520
42961000
42961200
31211110
II.2.3) Place of performance
NUTS code:
UKJ
UKI
II.2.4) Description of the procurement
Provision of a single integrated LVA and System Integration service including the design, manufacture, testing, delivery, installation and commissioning:
• New LVAs and modification of existing LVAs;
• New ICA and modification of existing ICA, including Fieldbus networks, PLC’s, PLC Networks, HMI’s and Site SCADA;
• New IEC61511 compliant Safety Instrumented Systems.
The MCC manufacturer will be required to form an alliance with a system integrator in order to deliver these services
We will award multi-supplier framework agreements and run mini-competitions to award packages or program of works.
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:
123 000 000.00
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 will be awarded for an initial duration of 3 years, with the option to extend up to a maximum of 8 years.
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 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) 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
Site System Integration
II.2.2) Additional CPV code(s)
31214500
31214510
31214520
42961000
42961200
31211110
II.2.3) Place of performance
NUTS code:
UKJ
UKI
II.2.4) Description of the procurement
Provision at a single site of a System Integration service including the design, manufacture, testing, delivery, installation and commissioning:
• Replacement, upgrade and modification of existing PLC’s, PLC Networks, HMI’s and Site SCADA;
• New IEC61511 compliant Safety Instrumented Systems.
We will award multi-supplier framework agreements and run mini-competitions to award packages or program of works.
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:
50 000 000.00
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 will be awarded for an initial duration of 3 years, with the option to extend up to a maximum of 8 years.
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 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) 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
RTU System Integration
II.2.2) Additional CPV code(s)
31214500
31214510
31214520
42961000
42961200
31211110
II.2.3) Place of performance
NUTS code:
UKJ
UKI
II.2.4) Description of the procurement
Provision, at multiple sites, of a system Integration service including the design, manufacture, testing, delivery, installation and commissioning:
Replacement, upgrade and modification of existing telemetry devices, offsite telecoms, Regional SCADA and/or Corporate Historian. telemetry devices include RTUs, EPSCs, loggers, SLM, EDMs
We will award multi-supplier framework agreements and run mini-competitions to award packages or program of works.
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:
55 000 000.00
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 will be awarded for an initial duration of 3 years, with the option to extend up to a maximum of 8 years.
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 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) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Small Pumping Station Panels
II.2.2) Additional CPV code(s)
31214500
31214510
31214520
42961000
42961200
31211110
II.2.3) Place of performance
NUTS code:
UKJ
UKI
II.2.4) Description of the procurement
Provision of a single integrated LVA and System Integration service including the design, manufacture, testing, delivery, installation and commissioning:
• New LVAs and modification of existing LVAs;
• New ICA and modification of existing ICA, including Fieldbus networks, PLC’s, PLC Networks, HMI’s and Site SCADA;
• New IEC61511 compliant Safety Instrumented Systems.
We will award multi-supplier framework agreements and run mini-competitions to award packages or program of works.
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:
10 000 000.00
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 will be awarded for an initial duration of 3 years, with the option to extend up to a maximum of 8 years.
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 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) 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As detailed in the PQQ.
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) and 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 the invitation to negotiate.
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: 7
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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:
29/01/2021
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: 12 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Between 3-8 years.
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 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
From your response form to the link in Section 1.3) or above, Thames Water's Procurement Support Centre will send you an email providing login details for our eSourcing system (IASTA Smartsource). To complete the PQQ you will need to login to IASTA Smartsource.
If the project requires it, you will receive an addition and septate survey to complete for Data Protection.
Note that your client may be Thames Water Utilities Ltd or another company within the Kemble Water group structure.
VI.4) Procedures for review
VI.4.1) Review body
Thames Water Utilities Ltd
Reading
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
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) Service from which information about the review procedure may be obtained
Thames Water Utilities Ltd
Reading
UK
VI.5) Date of dispatch of this notice
15/12/2020