Section one: Contracting authority
one.1) Name and addresses
Natural Resources Wales
Ty Cambria House, 29 Newport Road
Cardiff
CF24 0TP
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.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://etenderwales.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk/
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.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: No
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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
Optional extension of up to 4 years
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
two.2.10) Information about variants
Variants will be accepted: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
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.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
6 June 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
20 June 2022
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: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
INSTRUCTIONS FOR SUBMITTING AN EXPRESSION OF INTEREST / COMPLETING THE PQQ
i) Suppliers should register on the eTendering portal https://etenderwales.bravosolution.co.uk
ii) Once registered, suppliers must express their interest as follows
a) login to the eTendering portal
b) select 'PQQ'
c) select 'PQQs Open To All Suppliers'
d) access the listing relating to the contract (pqq_33277 "Wales Telemetry System" and view details
e) click on 'Express Interest' button in the 'Actions' box on the left-hand side of the page
iii) Once you have expressed interest, the PQQ will move to 'My PQQs', where you can download and view documents and where you can
construct your reply as instructed. You must then publish your reply using the publish button.
iv) For any support in submitting your expression of interest, please contact the eTendering helpdesk on 0800 0112470 or at
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=120671
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
NRW are incorporating Social Value for this tender utilising the WTOMs methodology
(WA Ref:120671)
The buyer considers that this contract is suitable for consortia.
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