Awarded contract

Supply and Maintenance of Flood Warning Systems

  • Caerphilly County Borough Council

F03: Contract award notice

Notice reference: 2024/S 000-005648

Published 21 February 2024, 11:58am



Section one: Contracting authority

one.1) Name and addresses

Caerphilly County Borough Council

Penallta House, Tredomen Park, Ystrad Mynach

Hengoed

CF82 7PG

Contact

Annie Pockett

Email

pockea1@caerphily.gov.uk

Telephone

+44 1443863161

Fax

+44 1443863167

Country

United Kingdom

NUTS code

UKL16 - Gwent Valleys

Internet address(es)

Main address

https://www.caerphilly.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0272

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply and Maintenance of Flood Warning Systems

Reference number

CCBC/PS2199/23/AP (RQST13475)

two.1.2) Main CPV code

  • 32441000 - Telemetry equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

Award of Framework for replacing and installing flood warning systems located across Caerphilly County Borough Council. The initial work will require new telemetry systems at 6 sites with the chance to go to an additional 40 sites subject to funding. Future requirements could extend to a total of 238 sites.

The initial work will need to be completed by the end of this financial year.

A maintenance contract is required for all sites. This will be for an initial five year period, renewed annually by written agreement thereafter until no longer required or end of life of the equipment.

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: £200,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 32441200 - Telemetry and control equipment
  • 32440000 - Telemetry and terminal equipment
  • 32441100 - Telemetry surveillance system
  • 38291000 - Telemetry apparatus
  • 45246400 - Flood-prevention works
  • 45246410 - Flood-defences maintenance works

two.2.3) Place of performance

NUTS codes
  • UKL16 - Gwent Valleys
Main site or place of performance

Within the boundaries or near boundaries of Caerphilly County Borough

two.2.4) Description of the procurement

1.There are approximately 1,530 culvert inlets and other land drainage assets identified across Caerphilly County Borough Council area, of which approximately 238 are included on the Severe Weather Culvert (SWC) Register maintained by the Lead Local Flood Authority (LLFA). Approximately 46 of these have been identified as high priority assets. The first 6 sites will need to be completed by the end of this current financial year.

2.The majority of these high priority assets are in the form of culvert inlets with debris or security inlet screens of varying age, design and condition. A smaller number would be in the form of high capacity highway drainage inlets, gullies or similar.

3. The LLFA would like to implement a network of remote monitoring and telemetry systems, with an initial focus on the 46 high priority assets, such that monitoring can be carried out on a more regular basis and in a more timely manner whilst also enabling efficiency savings and reductions in carbon associated with officers travelling to multiple and often remote areas of the County.

4. The LLFA also carry out a number of improvement schemes on a continual basis, for which supporting evidence in relation to flood risk, frequency and severity of rainfall patterns and stream flow is required.

5. When flooding does occur, the LLFA has a statutory obligation to carry out Flood Investigation Reports (FIRs) under Section 19 of the Flood and Water Management Act (2010) for which data on the severity of individual or sequential storm events is also important.

6. The LLFA are therefore looking to include rain gauges and stream flow gauges at strategically important locations across the Borough in order to improve the data acquisition and evidence base for improvement schemes and FIRs. This may also include for temporary installations or relocation of systems as schemes are delivered and / or new scheme locations identified.

7. With an increasing focus and awareness on water quality, the LLFA have also identified a future need to monitor certain key outfalls in relation to water quality indicators, including but not necessarily limited to Suspended Solids and Turbidity, pH, Temperature, Heavy Metals, Nutrients (predominantly Phosphorus and Nitrogen) and Oil and Hydrocarbons.

8. The LLFA has previously had remote monitoring and telemetry equipment installed on 3 sites, which has now reached or is reaching the end of its life and will be replaced under this tender.

9. This tender is therefore intended to allow for:

a)A progressive increase in sensors, including an allowance for CCTV where appropriate, across 46 sites with a potential to expand to further sites up to a maximum of 238 should resources and funding be available.

b)Data logging and communication systems, including an allowance for data export and / or storage and early warning or alarm systems.

c)Online system for monitoring of remote stations.

d)Rain Gauges or weather stations, with an initial expectation of 3 sites, but potential to expand to a maximum of 10 locations

e)Flow meters for streams, open channels and pipes, with an initial expectation for 3 sites, but with potential to expand to a maximum of 46 locations or to enable temporary systems that can be re-located and re-used according to particular needs.

f)Water quality monitoring systems. Whilst no specific need has been identified at present, there is a potential need for up to a maximum of 46locations.

g)Survey of site locations

h)Installation and commissioning of systems.

i)Ongoing support and maintenance provision.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: Yes

Description of options

Bidders should provide discount off price list for other flood warning related systems or products upgrades as and when available that may be purchased under this framework.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Welsh Government Funded projects

two.2.14) Additional information

Framework may be used for Welsh Government Funded projects that are granted to CCBC


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

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: 2023/S 012-031451


Section five. Award of contract

Contract No

CCBC/PS2199/23/RW (RQST13475)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 February 2024

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 5

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Ambisense Ltd

DCU Alpha, Glasnevin

Dublin

Country

Ireland

NUTS code
  • IE - Ireland
The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £200,000

Total value of the contract/lot: £200,000


Section six. Complementary information

six.3) Additional information

Notice of award of framework. Call off contracts will extend to include appropriate servicing and maintenance of installed equipment to end of life or until replaced or decommissioned.

(WA Ref:139244)

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