Notice Information
Notice Title
Electronic Security Systems (ESS)
Notice 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.
Lot Information
Supply and Install Enterprise ESS Products
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.
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)
Renewal: 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)
Maintain Enterprise ESS ProductsMaintain 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.
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)
Renewal: 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)
Install and Maintain Standalone ESS ProductsMaintain 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.
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)
Renewal: 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)
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04889d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/027231-2024
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
32235000 - Closed-circuit surveillance system
32323500 - Video-surveillance system
32441100 - Telemetry surveillance system
35120000 - Surveillance and security systems and devices
35125000 - Surveillance system
Notice Value(s)
- Tender Value
- £30,000,000 £10M-£100M
- Lots Value
- £30,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 27 Aug 20241 years ago
- Submission Deadline
- 28 Aug 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THAMES WATER UTILITIES LIMITED
- Contact Name
- Thames Water
- Contact Email
- procurement.support.centre@thameswater.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- READING
- Postcode
- RG1 8DB
- Post Town
- Reading
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
- Small Region (ITL 3)
- TLJ16 Berkshire West
- Delivery Location
- TLI London, TLJ South East (England)
-
- Local Authority
- Reading
- Electoral Ward
- Thames
- Westminster Constituency
- Reading Central
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04889d-2024-08-27T10:24:49+01:00",
"date": "2024-08-27T10:24:49+01:00",
"ocid": "ocds-h6vhtk-04889d",
"description": "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",
"initiationType": "tender",
"tender": {
"id": "FA2180",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Electronic Security Systems (ESS)",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "35125000",
"description": "Surveillance system"
},
"mainProcurementCategory": "goods",
"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.",
"value": {
"amount": 30000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 3
},
"lots": [
{
"id": "1",
"title": "Supply and Install Enterprise ESS Products",
"description": "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.",
"value": {
"amount": 22000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "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)"
},
"secondStage": {
"minimumCandidates": 10,
"maximumCandidates": 10
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": true,
"options": {
"description": "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)"
},
"status": "active"
},
{
"id": "2",
"title": "Maintain Enterprise ESS Products",
"description": "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.",
"value": {
"amount": 6000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "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)"
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": true,
"options": {
"description": "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)"
},
"status": "active"
},
{
"id": "3",
"title": "Install and Maintain Standalone ESS Products",
"description": "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.",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "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)"
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": true,
"options": {
"description": "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)"
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32235000",
"description": "Closed-circuit surveillance system"
},
{
"scheme": "CPV",
"id": "32323500",
"description": "Video-surveillance system"
},
{
"scheme": "CPV",
"id": "32441100",
"description": "Telemetry surveillance system"
},
{
"scheme": "CPV",
"id": "35120000",
"description": "Surveillance and security systems and devices"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"deliveryLocation": {
"description": "Whole of the Thames Water Region"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32235000",
"description": "Closed-circuit surveillance system"
},
{
"scheme": "CPV",
"id": "32323500",
"description": "Video-surveillance system"
},
{
"scheme": "CPV",
"id": "32441100",
"description": "Telemetry surveillance system"
},
{
"scheme": "CPV",
"id": "35120000",
"description": "Surveillance and security systems and devices"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"deliveryLocation": {
"description": "Whole of the Thames Water Region"
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32235000",
"description": "Closed-circuit surveillance system"
},
{
"scheme": "CPV",
"id": "32323500",
"description": "Video-surveillance system"
},
{
"scheme": "CPV",
"id": "32441100",
"description": "Telemetry surveillance system"
},
{
"scheme": "CPV",
"id": "35120000",
"description": "Surveillance and security systems and devices"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"deliveryLocation": {
"description": "Whole of the Thames Water Region"
},
"relatedLot": "3"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://thameswater.smartsourceportal.com",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"reductionCriteria": "As detailed in section VI.3 & PQQ."
},
"submissionTerms": {
"depositsGuarantees": "Bonds and/or parent company guarantees of performance and financial standing may be required",
"languages": [
"en"
]
},
"contractTerms": {
"financialTerms": "Specified in Invitation to Negotiate Document",
"tendererLegalForm": "Consortia may be required to form a legal entity prior to award",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 10
}
},
"tenderPeriod": {
"endDate": "2024-08-28T12:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "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).",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2024-08-28T12:00:00+01:00"
},
"newValue": {
"date": "2024-09-02T09:00:00+01:00"
},
"where": {
"section": "IV.2.2"
}
}
],
"description": "To confirm the PQQ has been extended to the 2nd of September 2024, at 09:00 am"
}
]
},
"parties": [
{
"id": "GB-COH-02366661",
"name": "THAMES WATER UTILITIES LIMITED",
"identifier": {
"legalName": "THAMES WATER UTILITIES LIMITED",
"id": "02366661",
"scheme": "GB-COH"
},
"address": {
"locality": "Reading",
"region": "UKJ11",
"postalCode": "RG18DB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Thames Water",
"email": "procurement.support.centre@thameswater.co.uk",
"url": "https://www.thameswater.co.uk/about-us/our-suppliers/procurement"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.thameswater.co.uk/",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "WATER",
"description": "Water"
}
]
}
},
{
"id": "GB-FTS-3199",
"name": "Thames Water Utilities Limited",
"identifier": {
"legalName": "Thames Water Utilities Limited"
},
"address": {
"locality": "Reading",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-COH-02366661",
"name": "THAMES WATER UTILITIES LIMITED"
},
"language": "en"
}