Supply of Remote Telemetry Units
FA1103 complex remote telemetry units (RTUs). Thames Water Utilities Limited.UK-Reading: telemetry and terminal equipment
2012/S 76-125707
Contract notice – utilities
Supplies
Directive 2004/17/EC
Section I: Contracting entity
Thames Water Utilities Limited
Procurement Support Centre – 3rd floor East, C/O Mail Room, Rose Kiln Court
RG2 0BY Reading
UNITED KINGDOM
E-mail: procurement.support.centre@thameswater.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Purchase
Main site or location of works, place of delivery or of performance: Whole of Thames Water Region.
NUTS code
maximum number of participants to the framework agreement envisaged: 5
Duration of the framework agreement
Duration in years: 5
Contracts awarded under the framework agreement may be awarded directly by Thames Water or by one of its approved contractors or approved sub-contractors. Supplier(s) will be required to offer the same levels of service and commercial benefits to Thames Water and its approved contractors and sub-contractors.
Thames Water reserves the right not to award the framework agreement.
Summary of capabilities that the RTUs shall include:
Environment: Suitable for installation in weatherproof roadside kiosks.
Power Supply: 230V mains supply with integral battery backup.
Offsite (Remote).
Communications: Support multi-master system architectures with automatic communication fallback. Certified compatible with BT21CN.
Typically communicate over PSTN, GSM, GPRS/G3, Paknet, DSL and Ethernet.
Thames Water have developed processes to use all of the functions of WITS.
DNP3 and prefer products that utilise that protocol. Other typical protocols may include DNP3, IEC 60870, IEC 61850, Modbus, SMS, TCP/IP.
Onsite (Local) Communications: Physical I/O with automatic recovery and configuration expansion modules, typical protocols could include Profibus, DeviceNet, Ethernet and communication with the Rockwell family of PLC’s.
Security: Password based programme access control. Optional remote centralised programme backup and access control, preferably Rockwell FT AssetCentre compatible.
Functionality: Integrate with the existing regional SCADA systems which may include Serck SCX6, RTAP and Wonderware Archestra. Local and remote access from the regional SCADA systems for – initial set-up, commissioning, fault diagnostics, configuration and data access. Configuration programming languages such as IEC 61131-3. Time stamping of and logging of events local to the RTU. Logging frequencies adjustable automatically or remotely.
Optional GPS facility to provide the location of RTU. Optional web service to display I/O, alarms, trends and plant mimics may be available.
To drive innovation and service efficiencies, key performance indicators and/or pain/gain share arrangements may be introduced into the Framework Agreement.
It is envisaged that the framework agreement will be awarded for the duration of 3 years extendable at Thames Water’s option on by one or more extensions up to a maximum total duration of 5 years.
32440000, 32441000, 32441200
Description of these options: Any agreement awarded would be for an initial duration of 3 years with options to extend annually up to a maximum overall term of 5 years. This would be subject to satisfactory reviews on price and performance.
Section III: Legal, economic, financial and technical information
Section IV: Procedure
Additional information about electronic auction: Thames Water reserves the right to conduct an electronic auction, if it wishes to do so, as part of the award criteria for the particular contract/agreemen.
Section VI: Complementary information
Estimated timing for further notices to be published: 60 months
All suppliers who wish to respond to this OJEU notice to indicate their interest in the tender, must request a ‘pre-qualification questionnaire’ (PQQ) document. The PQQ will be available from 20.4.2012 and should be requested via email from (procurement.support.centre@thameswater.co.uk).
Further instructions for bidders are within the PQQ.
Variants will be accepted, if submitted in addition to a compliant bid.
Contracts will be under English law.
General.
Thames Water Utilities Limited reserves the right to require further information or clarification from an applicant before considering its response.
Thames Water Utilities Limited reserves the right to exclude an applicant from the procurement process if it is subsequently determined that any information supplied was inaccurate, incomplete or untrue and was relied on for selection purposes.
Thames Water Utilities Limited reserves the right to make no award as a result of this procurement process. Except for the framework agreement(s), if any, concluded with the successful tenderer(s), nothing in the procurement process shall create a contract, whether express or implied, between Thames Water Utilities Limited and any applicant.
Thames Water Utilities Limited (including its employees and advisers) does not make any representations, warranties or other commitments, whether express or implied, in relation to the accuracy, adequacy or completeness of the information provided to applicants in this Contact Notice or otherwise in connection with this tender, except as may be specifically agreed in any contract concluded at the end of this tender process.
Thames Water Utilities Limited may disclose any information if required to do so by any applicable laws or regulations (including but not limited to, the Environmental Information Regulations 2004 and the Freedom of Information Act 2000, to the extent that these may now or in the future apply to Thames Water Utilities Limited), any requirements or guidelines of any competent regulatory body, and any order of any court of competent jurisdiction.
VI.5)Date of dispatch of this notice:17.4.2012