Contract

Wales Telemetry System

  • Natural Resources Wales

F03: Contract award notice

Notice identifier: 2023/S 000-003414

Procurement identifier (OCID): ocds-h6vhtk-03a2c0

Published 3 February 2023, 12:50pm



Section one: Contracting authority

one.1) Name and addresses

Natural Resources Wales

Ty Cambria House, 29 Newport Road

Cardiff

CF24 0TP

Email

amy.hogan@naturalresourceswales.gov.uk

Telephone

+44 3000653620

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://naturalresourceswales.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0110

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Wales Telemetry System

Reference number

85974

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.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.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,518,655.73

two.2) Description

two.2.2) Additional CPV code(s)

  • 48100000 - Industry specific software package

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Wales

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Cost / Weighting: 20

two.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.

two.2.13) Information about European Union Funds

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 022-120671


Section five. Award of contract

Contract No

85974

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

3 February 2023

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other 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

five.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

Telephone

+353 872557000

Fax

+353 18013166

Country

United Kingdom

NUTS code
  • UKD33 - Manchester
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £1,518,655.73


Section six. Complementary information

six.3) Additional information

Tendering conducted via the Bravo eTendering portal https://etenderwales.bravosolution.co.uk

(WA Ref:128817)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom