Trunk Main Monitoring Systems for Thames Water
Permanent, real time monitoring of trunk main performance; Constant monitoring for bursts. These devices shall automatically generate an immediate alarm; Constant monitoring for emergent leaks allowing time to repair the main before a major failure occurs.
United Kingdom-Reading: Instrumentation and control equipment
2015/S 002-002795
Contract notice – utilities
Supplies
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
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)
I.2)Main activity
I.3)Contract award on behalf of other contracting entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
Main site or location of works, place of delivery or of performance: Thames Water Area.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 4
Duration of the framework agreement
Duration in years: 7
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT
Range: between 4 000 000 and 8 000 000 GBP
II.1.5)Short description of the contract or purchase(s):
To run its network efficiently, Thames needs to know what is going on and needs this information quickly enough to react on it.
Thames has approximately 4 700 km of trunk mains, located primarily in London and the Thames Valley. The objective of this notice is to source suppliers who can assist with the following areas supporting this trunk main network:
— Permanent, real time monitoring of trunk main performance;
— Constant monitoring for bursts. These devices shall automatically generate an immediate alarm;
— Constant monitoring for emergent leaks allowing time to repair the main before a major failure occurs;
In addition, Thames is looking to improve current burst prediction capabilities.
Alternatives to leakage detection will be considered.
Thames is intending on awarding framework agreement(s) to supplier(s) for:
— Provision of trunk mains monitoring systems for remote burst prediction and/or remote burst detection;
— Commissioning, calibration and ongoing support and maintenance of the instrumentation.
For the avoidance of doubt, please be advised that this contract notice is not an opportunity to PQQ (Pre-qualify), it is a direct to tender (ITN) opportunity.
II.1.6)Common procurement vocabulary (CPV)
31682210, 44161200
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
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 7 years.
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
Description of particular conditions: Specified in the Invitation to Negotiate.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: Between 3-7 years.
VI.2)Information about European Union funds
VI.3)Additional information:
All suppliers who wish to respond to this OJEU notice must request the tender documents by emailingprocurement.support.centre@thameswater.co.uk providing the following details:
Company Name;
2 x Contact Name;
2 x Contact Email;
2 x Contact Telephone.
Project being applied for (please state the title used in section II.1.1 of this notice) Thames Water’s Procurement Support Centre will then send you an email (to the email address provided by you) setting out login details for Thames Water’s eSourcing system (IASTA).
To view the ITN (tender) you will need to login to Thames Water’s eSourcing system (IASTA). Should you wish to submit an ITN (tender), you must complete and submit it on Thames Water’s eSourcing system by the date and time stated in the system (9:00, 28.1.2015). Further instructions for bidders are set out within the tender documents.
VI.4.2)Lodging of appeals
The Utilities Contracts Regulations (SI 2006 No 6) 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).
VI.5)Date of dispatch of this notice: