Tender

NW2505 - Supply of Telemetry Outstations

  • NORTHUMBRIAN WATER GROUP LIMITED

F05: Contract notice – utilities

Notice identifier: 2022/S 000-028306

Procurement identifier (OCID): ocds-h6vhtk-037410

Published 7 October 2022, 4:00pm



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)

Email

expressions@nwl.co.uk

Country

United Kingdom

Region code

UKC14 - Durham CC

Companies House

Company Registration Number: 2366703

Internet address(es)

Main address

www.nwl.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://s1.ariba.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://s1.ariba.com/

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