Section one: Contracting entity
one.1) Name and addresses
NORTHUMBRIAN WATER GROUP LIMITED
Northumbria House,Abbey Road, Pity Me
DURHAM
DH15FJ
Contact
Stacey Dixon (to access procurement documents, please review section VI.3) Additional Information for instructions)
Country
United Kingdom
Region code
UKC14 - Durham CC
Companies House
Company Registration Number: 2366703
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NW2505 - Supply of Telemetry Outstations
Reference number
NW2505
two.1.2) Main CPV code
- 32000000 - Radio, television, communication, telecommunication and related equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Northumbrian Water Limited (NWL), which includes Essex & Suffolk Water, is seeking to approve a manufacturer/supplier(s) onto a framework for the provision of a range of new telemetry outstation equipment required to replace NWL's existing ageing and unsupportable / obsolete telemetry outstations, up to three suppliers in total.
NWL is carrying out a phased replacement of its obsolete telemetry outstation equipment and has commenced a project to replace up to a total of 1300 outstations over a 5 to 10 year period.
The framework duration is 5 years, with an option to extend for up to 5 years.
In order to access procurement documents, please review instructions provided in Section V1.3) Additional Information.
two.1.5) Estimated total value
Value excluding VAT: £2,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKH - East of England
two.2.4) Description of the procurement
Northumbrian Water Limited (NWL) is seeking to approve a manufacturer/supplier onto a framework for the provision of a range of new telemetry outstation equipment required to replace Northumbrian Water Limited's existing ageing and unsupportable / obsolete telemetry outstations, up to three suppliers in total.
Northumbrian Water Limited (NWL) is carrying out a phased replacement of its obsolete telemetry outstation equipment and has commenced a project to replace up to a total of 1300 outstations over a 5-10 year period.
NWL have a range of asset and process types that will need to be accommodated by the replacement telemetry outstation. The unit must be scalable and modular in terms of the ability to expand its size to meet increasing I/O monitoring. In order to optimise its design, supportability and maintenance requirements, the unit should be based on a small range of devices.
The expectation is that the range of telemetry outstations required to cover NWL's assets and process types will include micro, small, medium and large telemetry outstations. Together with various I/O types and sizes, communications mediums and protocols.
It should be noted that the migration of the existing outstation estate to the successful replacement outstations will carried out by NWL in a number of ways:
a) Pro-active phased replacement project using NWL's framework system integrators, or
b) Reactive replacement by NWL's internal maintenance department, or
c) Planned replacement as part of a larger project using NWL's framework contractors
In each case the equipment will be based on a replacement criteria associated with the asset type, risk criteria and cost.
It is anticipated that the range of telemetry equipment shall have a product life of 15 Years and that the supplier shall maintain spares for this period.
The Manufacturer/supplier will need to be capable of providing support and maintenance facilities for the telemetry equipment throughout the product life. These shall include:
•Technical support on the configuration and programming of the units
•Software and firmware version updates
•Training on the installation, commissioning and diagnostics related to the Outstations
•Telemetry outstation fault diagnosis and repair facilities
•The provision of detailed technical installation, operation and maintenance manuals for the products.
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: £2,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: 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.1.6) Deposits and guarantees required
Parent Company Guarantees and Performance Bonds may be requested as part of the award
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
This will be advised as part of the tender stage
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
26 October 2022
Local time
12:00pm
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.3) Additional information
Applicants are asked to note that this procurement process will be conducted electronically with all documents and communication being managed through the Northumbrian Water e-Sourcing Spend Management portal called "Ariba".
Expressions of interest must be sent to the e-mail address expressions@nwl.co.uk, before the deadline date of 12 noon on Wednesday, 26 October 2022.
Once your expression of interest has been received (with the details as requested below), you will be given access to the Ariba portal within 48 hours from request (where possible) to complete a Pre-Qualification Questionnaire (PQQ). The invitation will be sent to the email address provided and will contain a link to access the Ariba portal.
The deadline for completion of the PQQ is 12 noon on Wednesday, 09 November 2022.
When sending expression of interest, please provide the following information:
1) Full company name
2) Email address of the person you would want the Ariba portal link to be sent to
3) Details of the person responsible for this tender (Name, Job Title, Tel.)
Please note, only one user can access the event
six.4) Procedures for review
six.4.1) Review body
TBC
TBC
Country
United Kingdom