Opportunity

J834 PSTN & RTU Obsolescence Replacement Programme

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice reference: 2022/S 000-017677

Published 28 June 2022, 5:34pm



The closing date and time has been changed to:

13 July 2022, 12:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

THAMES WATER UTILITIES LIMITED

Reading

RG18DB

Contact

Thames Water

Email

procurement.support.centre@thameswater.co.uk

Country

United Kingdom

NUTS code

UKJ11 - Berkshire

Internet address(es)

Main address

https://www.thameswater.co.uk

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.thameswater.co.uk/about-us/our-suppliers/procurement

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.thameswater.co.uk/about-us/our-suppliers/procurement

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

J834 PSTN & RTU Obsolescence Replacement Programme

Reference number

FA1746

two.1.2) Main CPV code

  • 42961000 - Command and control system

two.1.3) Type of contract

Supplies

two.1.4) Short description

TWUL wishes to award one or more work package agreements to supplier(s) capable of delivering system integration services. The agreements will be covered by the following packages;

Lot 1 - Sewage Pumping Station EPSC RTU Replacements (1-3 Pump)

Lot 2 - Sewage Pumping Station EPSC RTU Replacements (4-6 Pump)

Lot 3 - Sewage Pumping Station ADSL Replacements

Lot 4 - Sewage Pumping Station PSTN RTU Replacements

Lot 5 - Sewage Pumping Station RTU Replacements

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

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

Sewage Pumping Station EPSC RTU Replacements (1-3 Pump)

Lot No

1

two.2.2) Additional CPV code(s)

  • 31211110 - Control panels
  • 31214500 - Electric switchboards
  • 31214510 - Distribution switchboards
  • 31214520 - Medium-voltage switchboards
  • 42961000 - Command and control system

two.2.3) Place of performance

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

The whole of the Thames Water region

two.2.4) Description of the procurement

Provision of System Integration services at multiple sewage pumping station sites covering the replacement of legacy Remote Telemetry Units, with an integrated RTU and Enhanced Pumping Station Controller, including the upgrade of the existing PSTN communications to digital communications service.

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: £13,000,000

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

Duration in months

36

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Sewage Pumping Station EPSC RTU Replacements (4-6 Pump)

Lot No

2

two.2.2) Additional CPV code(s)

  • 31211110 - Control panels
  • 31214500 - Electric switchboards
  • 31214510 - Distribution switchboards
  • 31214520 - Medium-voltage switchboards
  • 42961000 - Command and control system

two.2.3) Place of performance

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

Whole of TW region

two.2.4) Description of the procurement

Provision of System Integration services at multiple large sewage pumping station sites covering the replacement of legacy Remote Telemetry Units, with an integrated RTU and Enhanced Pumping Station Controller, including the upgrade of the existing PSTN communications to digital communications service.

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: £8,500,000

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

Duration in months

36

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Sewage Pumping Station ADSL Replacements

Lot No

3

two.2.2) Additional CPV code(s)

  • 31211110 - Control panels
  • 31214500 - Electric switchboards
  • 31214510 - Distribution switchboards
  • 31214520 - Medium-voltage switchboards
  • 42961000 - Command and control system

two.2.3) Place of performance

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

Whole of TW region

two.2.4) Description of the procurement

Provision of System Integration services at multiple sewage pumping station sites (covering the replacement and or modification of existing communications equipment associated with the RTU communications and integration with the Thames Water regional SCADA/telemetry systems.

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: £8,000,000

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

Duration in months

36

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Sewage Pumping Station PSTN RTU Replacements

Lot No

4

two.2.2) Additional CPV code(s)

  • 31211110 - Control panels
  • 31214500 - Electric switchboards
  • 31214510 - Distribution switchboards
  • 31214520 - Medium-voltage switchboards
  • 42961000 - Command and control system

two.2.3) Place of performance

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

Whole of TW region

two.2.4) Description of the procurement

Provision of System Integration services at multiple sewage pumping station sites covering the replacement RTU communications equipment, including the reconfiguration of the existing RTU to integrate with the new communications equipment and the new digital communications service.

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: £4,000,000

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

Duration in months

36

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Sewage Pumping Station RTU Replacements

Lot No

5

two.2.2) Additional CPV code(s)

  • 31211110 - Control panels
  • 31214500 - Electric switchboards
  • 31214510 - Distribution switchboards
  • 31214520 - Medium-voltage switchboards
  • 42961000 - Command and control system

two.2.3) Place of performance

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

Whole of TW region

two.2.4) Description of the procurement

Provision of System Integration services at multiple sewage pumping station sites covering the replacement of the legacy Remote Telemetry Units, with the TW framework RTU and communications equipment, including the upgrade of the existing PSTN communications to digital communications service.

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: £6,500,000

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

Duration in months

36

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


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

As detailed in the PQQ's

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

As detailed in section VI.3 and PQQ

three.1.6) Deposits and guarantees required

Bonds and/or parent company guarantees of performance and financial standing may be required.

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

Specified in Invitation to Negotiate Document.

three.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.

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

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

Originally published as:

Date

12 July 2022

Local time

12:00pm

Changed to:

Date

13 July 2022

Local time

12:00pm

See the change notice.

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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

All suppliers who wish to respond to this OJEU notice must request a pre-qualification questionnaire (PQQ) by using the web link in

Section I.3 (www.thameswater.co.uk/procurement).

From your response to the link in Section I.3 or above, Thames Water's Procurement Support Centre will send you an email providing login details for our eSourcing system (i.e. IASTA Smartsource). To complete the PQQ you will need to login to IASTA Smartsource.

If the project requires it, you will receive an additional and separate survey to complete for Data Protection.

Note - The client may be Thames Water Utilities Limited or another company within the Kemble Water groupstructure.

six.4) Procedures for review

six.4.1) Review body

Thames Water Utilities Limited

Reading

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Thames Water Utilities Limited 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 (SI 2016 No 274) 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).