Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
Reading
RG18DB
Contact
Thames Water
procurement.support.centre@thameswater.co.uk
Country
United Kingdom
NUTS code
UKJ11 - Berkshire
Internet address(es)
Main address
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).