Tender

Southern Water Services Tender for ICA Telemetry Framework

  • Southern Water Services Ltd.

F05: Contract notice – utilities

Notice identifier: 2024/S 000-010617

Procurement identifier (OCID): ocds-h6vhtk-044ef8

Published 2 April 2024, 3:32pm



Section one: Contracting entity

one.1) Name and addresses

Southern Water Services Ltd.

Southern House

Worthing

BN13 3NX

Contact

Paul Knight

Email

Paul.Knight@southernwater.co.uk

Telephone

+44 1903264444

Country

United Kingdom

Region code

UKJ2 - Surrey, East and West Sussex

Internet address(es)

Main address

https://southernwater.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://southernwater.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://southernwater.bravosolution.co.uk/

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Southern Water Services Tender for ICA Telemetry Framework

Reference number

Prj_4589

two.1.2) Main CPV code

  • 32441000 - Telemetry equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

As part of our AMP 7 to AMP 8 Transition and Operational Site Service Procurement Strategy, Southern Water is coming to market for strategic partners to support our Instrumentation Automation Control (ICA) Telemetry requirements for our operational sites and network. This provision will likely be a two-stage restricted competitive tender with negotiation to set up an ICA Telemetry framework agreement lasting 4 years, with an option to extend for a period of up to 4 years.

It is anticipated that the opportunity will be published 2 April 2024.

Region/Network - Southern Water’s region covers Kent, Sussex, Hampshire and Isle of Wight.

Resilience - Southern Water has a requirement to ensure 24 hours a day, 7 days a week and 365 days a year, that we can access and maintain our plant, equipment and assets.

The Goods and Services which the successful bidder(s) will be asked to provide under this agreement will be divided in to 7 lots. Bidders will be eligible to apply for one or more of the available lots. The lots are as listed below:

Lot 1 – Supply of Pressure & Flow Loggers

Lot 2 - Supply of Acoustic Loggers

Lot 3 – Supply of PRV Controllers

Lot 4 - Supply of Transient Loggers

Lot 5 – Supply of Outstations

a.) Outstations – (Mains powered - Large)

b.) Outstations – (Mains powered - Small)

c.) Outstations – (Battery)

two.1.5) Estimated total value

Value excluding VAT: £8,800,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 – Pressure & Flow Loggers

Lot No

Lot 1 – Pressure & Flow Loggers

two.2.2) Additional CPV code(s)

  • 32441000 - Telemetry equipment
  • 32441100 - Telemetry surveillance system
  • 32441200 - Telemetry and control equipment

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

Southern Water’s region covers Kent, Sussex, Hampshire and Isle of Wight.

two.2.4) Description of the procurement

Southern Water Services (SWS) wishes to procure flow and pressure logging equipment or devices that are used to measure flow and pressure within the potable water network, enabling SWS to monitor live data enabling the use of network operating systems to carry out Calm network operations.

Flow devices – Pre-Calibrated, and able to accurately measure flow within the network giving real time l/s performance of the network.

Flow devices where possible should record the following:

- Flow measurement

- Temperature measurement

- Pressure measurement

- Analytical measurement

- Level measurement

- Battery Usage / % left

- GSM/GPRS/NBIoT Signal Strength

Pressure Logging devices - Pre-Calibrated, and able to accurately measure pressure within the network giving real time m/h performance of the network.

The simplest loggers record one channel of pressure data and are suitable for locations such as the AZP (Average Zonal Point) or CPP (Critical Pressure Point), however pressure loggers with greater than one channel recording are required.

Pressure devices where possible should record the following:

- Pressure measurement

- Temperature measurement

- Analytical measurement

- Battery Usage / % left

- GSM/GPRS/NBIoT Signal Strength

Data acquisition:

1. Flow devices should be logging at a minimum of 15min cycles and be set to transmit this data back to the main server at 15minute intervals.

2. Pressure devices should be logging at 1min cycles and be set to transmit this data back to the main server at 15minute cycles.

Data availability and storage costs need to be made available before any procurement is carried out to ensure the most cost effect solution for need is selected.

The interval and cycles should be able to be changed remotely to near real time data with this information being available for incident control.

Battery Life:

Battery Life is predicted to be between 5-8 years dependent on signal type (NBIoT), however in remote locations battery life can be reduced down to months as opposed to years, therefore it is suggested that:

a. Solar Panel for battery trickle charging / power supply.

b. The post for the Solar Panel would also allow an external antenna to be fitted improving the quality of network connection in remote locations.

Spare Batteries should either be provided as part of the contract or be readily available “off the shelf” from the supplier so that continuous logging can be carried out, resulting in minimal loss of data.

Data processing software: All raw and / or processed data is to be made available for access and transfer to SW Waternet system.

Output displays: Hand-held or on-line displays with full integration into SWS event management platforms.

IP68

Monitors, cabling and connections / ancillaries will be IP68 rated to prevent the ingress of dirt particles and liquid into the equipment.

Pre-assembled system shall be provided ready to be used by SWS Framework contractors.

Environmental operating conditions

The unit and the battery shall not fail due to the issue of misting or condensation and if required shall be supplied with a drip shield.

The unit and the battery shall not fail due to inundation and submergence shield shall also be provided if required.

The performance of the unit and the battery shall not be affected by changes in temperature or humidity within the installation.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £2,600,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

ICA Telemetry framework agreement lasting 4 years, with an option to extend for a period of up to 4 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Full tender pack is available from the Southern Water Services E-sourcing portal

https://southernwater.bravosolution.co.uk/

two.2) Description

two.2.1) Title

Lot 2 – Acoustic Loggers

Lot No

Lot 2 – Acoustic Loggers

two.2.2) Additional CPV code(s)

  • 32441000 - Telemetry equipment
  • 32441100 - Telemetry surveillance system
  • 32441200 - Telemetry and control equipment

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

Southern Water’s region covers Kent, Sussex, Hampshire and Isle of Wight.

two.2.4) Description of the procurement

Southern Water Services (SWS) wishes to procure leakage detection and location equipment or devices that are used to measure and direct active leakage reduction activities which are a key part of SWSs leakage control effort.

Leakage localisation devices (units): which identify and prioritise the areas and points of interest of leakage to make the pinpointing of leaks easier.

Leakage pinpointing methods: which identify the position points of interest including leaks as accurately as possible.

Data acquisition: equipment or devices that gather and store measured data or signals. Data acquisition equipment may include computers, data loggers, network ancillaries, remote terminal units, highspeed timers, random access memory (RAM) devices and USB flash drives.

Data processing software: All data processing required to pinpoint the location of the potential point of interest and or leak is to be provided. All raw and processed data is to be made available for access and transfer to SWS.

Output displays: Hand-held or on-line displays which are to be used during leak detection operation on site (localisation and pinpointing) with an option for future integration/data transfer into SWS event management platforms.

Services: Services associated with recycling and disposal of equipment.

Support during installation and setting up: Advise and recommendations for best positioning and setting up of the units.

Pre-assembled system shall be provided ready to be used by SWS Framework contractors.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £2,600,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

ICA Telemetry framework agreement lasting 4 years, with an option to extend for a period of up to 4 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Full tender pack is available from the Southern Water Services E-sourcing portal

https://southernwater.bravosolution.co.uk/

two.2) Description

two.2.1) Title

Lot 3 – PRV Controllers

Lot No

Lot 3 – PRV Controllers

two.2.2) Additional CPV code(s)

  • 32441000 - Telemetry equipment
  • 32441100 - Telemetry surveillance system
  • 32441200 - Telemetry and control equipment

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

Southern Water’s region covers Kent, Sussex, Hampshire and Isle of Wight.

two.2.4) Description of the procurement

Southern Water Services (SWS) wishes to procure Pressure Controller equipment or devices that are used to control Pressure such as Pressure Reduction Valves (PRV’s), Enabling SWS to monitor live data enabling the use of network operating systems to carry out Calm network operations.

Pressure controlled areas can be controlled in various ways:

a. Fixed Head Outlet.

b. Closed Loop.

c. Flow Modulation.

d. Time Profile.

e. Gravity Fed.

All Pressure controlled areas require feasibility investigations on the most suitable type of control system, however all controllers work in a similar way, allowing Operations the ability to remote manage and control the settings on the PRV via the controller allowing for optimisation of the network, introducing Calm network control / management, which has a positive impact on leakage reduction, burst reduction, transient pressure waves, turbidity / Water Quality issues.

Pressure Controllers

Provides optimised calmer network pressures

Prolongs the expected life of a distribution network, reducing capital expenditure

Flow, time and advanced closed loop control supporting real-time feedback from Cello data loggers installed at critical points

Integral multi channel data logger

Remote profile configuration

Hydraulic-less control, no filters required, low maintenance

External battery or externally powered

Advanced channel profile and threshold alarms

Remote monitoring and control through locally deployed Process Measurement and Control (PMAC) software or web based platform

Digital transducers enable water and ambient temperature measurement

Data acquisition: Controllers should be logging at a minimum of 1min cycles and be set to transmit this data back to the main server at 15 minute intervals.

The interval and cycles should be able to be changed remotely to near real time data with this information being available for incident control.

Data processing software: All raw and / or processed data is to be made available for access and transfer to SW Waternet system.

Output displays: Hand-held or on-line displays with full integration into SWS event management platforms.

IP68

Monitors, cabling and connections / ancillaries will be IP68 rated to prevent the ingress of dirt particles and liquid into the equipment.

Pre-assembled system shall be provided ready to be used by SWS Framework contractors.

Environmental operating conditions

• The unit and the battery shall not fail due to the issue of misting or condensation and if required shall be supplied with a drip shield.

• The unit and the battery shall not fail due to inundation and submergence shield shall also be provided if required.

• The performance of the unit and the battery shall not be affected by changes in temperature or humidity within the installation

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £800,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

ICA Telemetry framework agreement lasting 4 years, with an option to extend for a period of up to 4 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Full tender pack is available from the Southern Water Services E-sourcing portal

https://southernwater.bravosolution.co.uk/

two.2) Description

two.2.1) Title

Lot 4 – Transient Loggers

Lot No

Lot 4 – Transient Loggers

two.2.2) Additional CPV code(s)

  • 32441000 - Telemetry equipment
  • 32441100 - Telemetry surveillance system
  • 32441200 - Telemetry and control equipment

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

Southern Water’s region covers Kent, Sussex, Hampshire and Isle of Wight.

two.2.4) Description of the procurement

Southern Water Services (SWS) have procured pressure transient loggers previously and SWS now wishes to procure additional pressure transient devices that are used to monitor pressure transient waves within a water network which are believed to cause bursts and leakage, making them a key part of SWS’s leakage control effort.

Pressure Transient devices (units): which identify and triangulate the source of pressure transients waves.

Data acquisition: Pressure is to be measured at a frequency of at least 60 samples per second (60Hz) as well as providing summarised data as average, minimum, and maximum pressures in 1-minute intervals (or as required by SWS). Internal clocks are to be aligned to sub-second accuracy.

Data processing software: Sufficient software to convert the raw pressure measurements into events based on pre-defined criteria (magnitude, duration, frequency) and provision of summaries (average, minimum, maximum for 1-minute intervals).

Output displays: The Web Hosted Platform can be accessed as a web page with an option for further integration/data transfer into SWS event management platforms in the future.

Services: Analytical support for interpretation of the logger results and logger management and deployment if required.

Support during installation and setting up: Advice and recommendations for best positioning and setting up of the units.

IP68: Monitors, cabling and connections / ancillaries will be IP68 rated to prevent the ingress of dirt particles and liquid into the equipment.

Pre-assembled system shall be provided ready to be used by SWS Framework contractors.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £200,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

ICA Telemetry framework agreement lasting 4 years, with an option to extend for a period of up to 4 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Full tender pack is available from the Southern Water Services E-sourcing portal

https://southernwater.bravosolution.co.uk/

two.2) Description

two.2.1) Title

Lot 5a – Outstations (Mains – Large)

Lot No

Lot 5a – Outstations (Mains – Large)

two.2.2) Additional CPV code(s)

  • 32441000 - Telemetry equipment
  • 32441100 - Telemetry surveillance system
  • 32441200 - Telemetry and control equipment

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

Southern Water’s region covers Kent, Sussex, Hampshire and Isle of Wight.

two.2.4) Description of the procurement

Telemetry shall provide a means of transmitting key data and alarms between the site and an area or regional control centre. All operational sites that include electro-mechanical assets shall be provided with Telemetry monitoring. In some instances, telemetry may also be used to remotely control assets – typically pumps in the water supply process.

Other sites or locations that do not include electro-mechanical assets may also have a requirement for telemetry where specified by the Purchaser - this includes such assets as reservoirs, sewers and outfalls.

Southern Water Services (SWS) is looking to procure remote telemetry units. That is, an outstation / field device that provides remote monitoring, control and diagnostic facilities for isolated and unmanned sites.

Spares for devices offered can also be procured through this agreement. Services such as software development / integration, warranties, installation, commissioning and training can be procured through this lot as an ancillary service.

For specification for this lot please see the draft contract schedule 1.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £1,200,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

ICA Telemetry framework agreement lasting 4 years, with an option to extend for a period of up to 4 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Full tender pack is available from the Southern Water Services E-sourcing portal

https://southernwater.bravosolution.co.uk/

two.2) Description

two.2.1) Title

Lot 5b – Outstations (Mains – Small)

Lot No

Lot 5b – Outstations (Mains – Small)

two.2.2) Additional CPV code(s)

  • 32441000 - Telemetry equipment
  • 32441100 - Telemetry surveillance system
  • 32441200 - Telemetry and control equipment

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

Southern Water’s region covers Kent, Sussex, Hampshire and Isle of Wight.

two.2.4) Description of the procurement

Telemetry shall provide a means of transmitting key data and alarms between the site and an area or regional control centre. All operational sites that include electro-mechanical assets shall be provided with Telemetry monitoring. In some instances, telemetry may also be used to remotely control assets – typically pumps in the water supply process.

Other sites or locations that do not include electro-mechanical assets may also have a requirement for telemetry where specified by the Purchaser - this includes such assets as reservoirs, sewers and outfalls.

Southern Water Services (SWS) is looking to procure remote telemetry units. That is, an outstation / field device that provides remote monitoring, control and diagnostic facilities for isolated and unmanned sites.

Spares for devices offered can also be procured through this agreement. Services such as software development / integration, warranties, installation, commissioning and training can be procured through this lot as an ancillary service.

For specification for this lot please see the draft contract schedule 1.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £800,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

ICA Telemetry framework agreement lasting 4 years, with an option to extend for a period of up to 4 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Full tender pack is available from the Southern Water Services E-sourcing portal

https://southernwater.bravosolution.co.uk/

two.2) Description

two.2.1) Title

Lot 5c – Outstations (Battery)

Lot No

Lot 5c – Outstations (Battery)

two.2.2) Additional CPV code(s)

  • 32441000 - Telemetry equipment
  • 32441100 - Telemetry surveillance system
  • 32441200 - Telemetry and control equipment

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

Southern Water’s region covers Kent, Sussex, Hampshire and Isle of Wight.

two.2.4) Description of the procurement

Telemetry shall provide a means of transmitting key data and alarms between the site and an area or regional control centre. All operational sites that include electro-mechanical assets shall be provided with Telemetry monitoring. In some instances, telemetry may also be used to remotely control assets – typically pumps in the water supply process.

Other sites or locations that do not include electro-mechanical assets may also have a requirement for telemetry where specified by the Purchaser - this includes such assets as reservoirs, sewers and outfalls.

Southern Water Services (SWS) is looking to procure remote telemetry units. That is, an outstation / field device that provides remote monitoring, control and diagnostic facilities for isolated and unmanned sites.

Spares for devices offered can also be procured through this agreement. Services such as software development / integration, warranties, installation, commissioning and training can be procured through this lot as an ancillary service.

For specification for this lot please see the draft contract schedule 1.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £600,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

ICA Telemetry framework agreement lasting 4 years, with an option to extend for a period of up to 4 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Full tender pack is available from the Southern Water Services E-sourcing portal

https://southernwater.bravosolution.co.uk/


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Full tender pack is available from the Southern Water Services E-sourcing portal

https://southernwater.bravosolution.co.uk/

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Full tender pack is available from the Southern Water Services E-sourcing portal

https://southernwater.bravosolution.co.uk/

three.1.6) Deposits and guarantees required

Full tender pack is available from the Southern Water Services E-sourcing portal

https://southernwater.bravosolution.co.uk/

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

Full tender pack is available from the Southern Water Services E-sourcing portal

https://southernwater.bravosolution.co.uk/

three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

Full tender pack is available from the Southern Water Services E-sourcing portal

https://southernwater.bravosolution.co.uk/

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Full tender pack is available from the Southern Water Services E-sourcing portal

https://southernwater.bravosolution.co.uk/


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.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

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

Date

30 April 2024

Local time

5:00pm

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

English

four.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 six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Southern Water Services

Worthing

Country

United Kingdom