Tender

Electronic Security Systems (ESS)

THAMES WATER UTILITIES LIMITED

This public procurement record has 2 releases in its history.

TenderUpdate

27 Aug 2024 at 09:24

Tender

07 Aug 2024 at 14:27

Summary of the contracting process

Thames Water Utilities Limited is seeking suppliers for their Electronic Security Systems (ESS) to enhance the safety and security of their sites. The project focuses on the procurement of goods within the surveillance system industry category. The procurement process is currently at the tender stage, with key deadlines including the pre-qualification questionnaire (PQQ) submission extended to 2nd September 2024 at 09:00 am. Located primarily in the Reading region, this tender aims to improve the efficiency of the supply network through new innovations. The procurement will be divided into three lots: supply and installation of new Enterprise ESS products, maintenance of existing ESS products, and a combined supply, installation, and maintenance of standalone ESS products, across the Thames Water region.

This tender presents significant opportunities for businesses in the security and surveillance industry, particularly those adept at implementing sophisticated surveillance systems, access controls, and maintenance services. Companies with expertise in CCTV, IDS, PIDS, and other preventative security systems should find this project attractive. The framework agreements, set to cover four years with possible extensions, offer substantial business growth potential through recurring contracts and mini-competitions. Suppliers that can deliver innovative, cost-effective solutions will be well-positioned to benefit from the long-term nature of these agreements, making this an ideal opportunity for those aiming to secure a stable and lucrative partnership with Thames Water.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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 Products

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.

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 Products

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.

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)

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
}