Tender

Electronic Security Systems (ESS)

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice identifier: 2024/S 000-024909

Procurement identifier (OCID): ocds-h6vhtk-04889d

Published 7 August 2024, 3:27pm



The closing date and time has been changed to:

2 September 2024, 9:00am

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

Region code

UKJ11 - Berkshire

Companies House

02366661

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

http://thameswater.smartsourceportal.com

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Electronic Security Systems (ESS)

Reference number

FA2180

two.1.2) Main CPV code

  • 35125000 - Surveillance system

two.1.3) Type of contract

Supplies

two.1.4) Short description

Our site safety and security is vital and enables us to deliver life's essential service to our customers, and maintaining our estate successfully is crucial to keeping our frontline operation working.

We believe there is an opportunity to improve the efficiency of our supply network and maximise the benefit to our operations, by exploring new innovations and ways of working across our site infrastructure.

We are keen to work with suppliers who can meet our different Electric Security System (ESS) needs (which includes provision, installation and maintenance of CCTV, Access Control, IDS, PIDS), to ensure we implement the most efficient and beneficial solution.

Thames Water intends to award a number of Framework Agreements for ESS Products, installation and maintenance, covering both standalone systems and those that communicate with our centralised alarm monitoring centre to optimise security and value for money.

The agreements will be awarded under the following lot structure:

Lot 1 - Supply and install of new Enterprise ESS products

Lot 2 - Maintain existing Enterprise ESS products on the TW estate

Lot 3 - Supply, install and maintain new and existing Standalone ESS products on the TW estate

Please note that, due to the sensitive nature of the PQQ and ITN content, a Non Disclosure Agreement will need to be signed before access can be granted to our eProcurement system.

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Supply and Install Enterprise ESS Products

Lot No

1

two.2.2) Additional CPV code(s)

  • 32235000 - Closed-circuit surveillance system
  • 32323500 - Video-surveillance system
  • 32441100 - Telemetry surveillance system
  • 35120000 - Surveillance and security systems and devices

two.2.3) Place of performance

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

Whole of the Thames Water Region

two.2.4) Description of the procurement

Supply, install and maintain ESS Products, which includes CCTV, Access Control, PIDs as well as various other preventative and surveillance systems. The types of services we require for these products are installers who design, supply, install and provide Planned and Reactive maintenance and Repairs that are connected to our Alarm Monitoring Centre (AMC).

We are looking to award to a number of suppliers to cover requirements across the AMP8 period where work will be awarded mainly through mini competitions with other agreement suppliers.

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: £22,000,000

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

Any agreement awarded would be for an initial duration of 4 years, with options to extend every 2 years up to a maximum overall term of 8 years. (4+2+2)

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

Envisaged number of candidates: 10

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Any agreement awarded would be for an initial duration of 4 years, with options to extend every 2 years up to a maximum overall term of 8 years. (4+2+2)

two.2) Description

two.2.1) Title

Maintain Enterprise ESS Products

Lot No

2

two.2.2) Additional CPV code(s)

  • 32235000 - Closed-circuit surveillance system
  • 32323500 - Video-surveillance system
  • 32441100 - Telemetry surveillance system
  • 35120000 - Surveillance and security systems and devices

two.2.3) Place of performance

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

Whole of the Thames Water Region

two.2.4) Description of the procurement

Maintain ESS products that are connected to our Alarm Monitoring Centre (AMC), Planned and Reactive maintenance and Repairs. We are looking to award to 2 suppliers and award annual contracts under the framework agreement to cover all planned and low value reactive works by region to each supplier with major reactive works to be competed between both.

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: £6,000,000

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

Any agreement awarded would be for an initial duration of 4 years, with options to extend every 2 years up to a maximum overall term of 8 years. (4+2+2)

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

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Any agreement awarded would be for an initial duration of 4 years, with options to extend every 2 years up to a maximum overall term of 8 years. (4+2+2)

two.2) Description

two.2.1) Title

Install and Maintain Standalone ESS Products

Lot No

3

two.2.2) Additional CPV code(s)

  • 32235000 - Closed-circuit surveillance system
  • 32323500 - Video-surveillance system
  • 32441100 - Telemetry surveillance system
  • 35120000 - Surveillance and security systems and devices

two.2.3) Place of performance

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

Whole of the Thames Water Region

two.2.4) Description of the procurement

Maintain ESS products that are NOT connected to our Alarm Monitoring Centre (AMC), Planned and Reactive maintenance and Repairs.

We are expecting to award to 5-6 suppliers with planned and minor reactive maintenance to be awarded on an annual basis between suppliers with install projects and major reactive works to be mini competed between all suppliers.

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: £2,000,000

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

Any agreement awarded would be for an initial duration of 4 years, with options to extend every 2 years up to a maximum overall term of 8 years. (4+2+2)

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

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Any agreement awarded would be for an initial duration of 4 years, with options to extend every 2 years up to a maximum overall term of 8 years. (4+2+2)


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.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As detailed in section VI.3 & 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


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

Envisaged maximum number of participants to the framework agreement: 10

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Originally published as:

Date

28 August 2024

Local time

12:00pm

Changed to:

Date

2 September 2024

Local time

9:00am

See the change notice.

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

English


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 contract 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 group structure

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).