1138 Vibration Sensors & System (Installation of)
Contract notice - utilities
Supplies
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:
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: 6
Duration of the framework agreement
Duration in months: 60Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VATRange: between 400 000 and 3 000 000 GBP
This tender is for the award of a framework agreement for the purchase and installation of monitoring sensors and an end-to-end data analysis and reporting system.
There are 2 Lots proposed for the Framework Agreement:
Lot 1 - On-line Condition Monitoring on the Thames Water Ring Main
Lot 2 - On-line Condition Monitoring across Thames Water
38434400, 71700000, 48613000, 48461000
Tenders may be submitted for one or more lots
Description of these options: Any agreement awarded would be for an initial duration of 2 years, with options to extend annually up to a maximum overall term of 5 years.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Lot 1 On-line Condition Monitoring on the Thames Water Ring MainLot 1 of this tender is for the award of monitoring sensors and an end-to-end data analysis and reporting system on 14 locations along the Ring Main (71 assets).
The Ring Main is a key strategic asset, deep underground, transferring treated water around London.
Installations on the Ring Main are more challenging than on most assets, due to the depth of the shafts.
38434400, 71700000, 48613000, 48461000
Following successful installations on the Ring Main, and following a period of data analysis, Lot 2 will utilise the framework agreement to roll out the CBM to other business critical areas - potentially up to 1,500 other assets.
Whilst still highly critical, these will mostly be surface level assets, unlike those of the deep shaft Ring Main, in Lot 1.
38434400, 71700000, 48613000, 48461000
Section III: Legal, economic, financial and technical information
Description of particular conditions: Specified in the Invitation to Negotiate
Section IV: Procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
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/agreement.
Payable documents: no
Section VI: Complementary information
Estimated timing for further notices to be published: Between 3 - 5 years
There is no application form available for completion - Applicants are required to respond directly to this Notice. Responses to the Notice should consist of a maximum of 20 pages (40 sides) of A4 paper. Accounts and copies of certificates may be appended to the main body of the response. Applicants should submit one hard copies in a flat or spiral binder and one copy on CD Rom/USB stick. The envelope must be clearly marked with project number (FA1138). Storage is limited, and applicants are requested not to use lever arch folders or other bulky bindings, or to submit more than one copy. Applicants should not include non-requested sales literature with their applications. Packages weighing more than 10kgs cannot be accepted. Companies who are invited to negotiate may be required to demonstrate their services in practical trials or presentations at no cost to Thames Water Utilities Limited. Applicants who fail to supply all of the information requested in response to this Notice risk elimination. The contents of this Notice are sufficient for submissions of pre-qualification data; all other communications are discouraged.
Applications must be clear and concise and contain all the information requested in this notice. The format of supplier's responses must be such that each point is restated and immediately followed by the supplier's answer.
Variants will be accepted, if submitted in addition to a compliant bid.
Contracts will be under English law.
We intend to invite up to 10-15 respondents to tender for this contract. Weighted selection criteria will be used to evaluate the responses to this Notice as set out below:
Supplementary/Generic Information
Evaluation will not take place against the following questions [I - VIII].
Respondents, however, are requested to answer each point as fully as possible.
I. Provide a one page covering letter to include relevant contact address, telephone, FAX and e-mail details.
II. Provide relevant contact name, address, telephone number and email details of person responsible for this submission.
III. Your organisation: Please provide the address of your registered office and details of the UK locations you operate from
IV. State whether your company is part of a group or is affiliated in any way with other companies. If so, please provide details of the group company structure or other company relationships. Alternatively provide details if you propose to develop a new partnership with another company to deliver this service.
V. Provide brief details on how your organization is working towards meeting the ten universal principles in the areas of human rights, labour, the environment and anti-corruption. (www.unglobalcompact.org)
VI. Provide brief details on your Corporate Social Responsibility and Sustainable Procurement Policies and how your organisation is working towards implementing these policies.VII. Confirm an environmental policy is in place within your organisation
VIII. Provide full details of your Environmental policy, records and systems, including:
a) A copy of your environmental policy
b) Describe how this policy is implemented and audited
c) Whether you currently hold or are you working towards ISO 14000 or similar environmental accreditation
d) What steps have been taken to understand and assess the potential environmental effects of your operational activities? Describe how these potential environmental effects would be addressed and managed, including any procedures for identifying and achieving improvement objectives.
e) Whether details of your organisations Environmental performance are available
f) Details of any environmental infringements during the past 3 years including any convictions.
g) Provide evidence of having an accredited quality assurance system, with the appropriate scope, at a minimum this must be ISO9001. Provide full details/copies of your quality assurance policy, records and system, including:
h) Top tier Quality Assurance document
i) How the systems are administered and audited
j) Length of time actively followed
k) How the Quality Management System is reviewed and updated?
l) Examples of project documentation produced in accordance with Quality Management Procedures.
Selection Criteria
1 Compliance [15%]
TWUL may exclude a bidder from this entire contract process in case of unsatisfactory response[s] to any of the questions in this section.
1.1 Applicants are required to certify that none of the circumstances specified in Regulations 26(1) and 26(5) of the Utilities Contracts Regulations applies to the applicant. [3%]
1.2 Are there any convictions, court actions, significant employment tribunal hearings and/or regulatory actions outstanding against any part of your organisation in any country? [3%]
1.3 Has any part of your organisation in any country been involved in any convictions, court action, significant employment tribunal and/or regulatory actions over the last 3 years? [3%]
1.4 Please identify any potential conflict of interests between your organisation and/or its directors, and TWUL. [3%]
1.5 Is your organisation registered (notified) under the Data Protection Act 1998, or if not, do you comply with it? [3%]
2 Financial & Economic Capacity [10%]
In conjunction with requirements detailed in paragraph 111.1.4
2.1 Supply audited accounts for the previous 2 years, where this is not possible (new organisation/joint venture), applicants must provide business plan information covering a 2-year period. [4%]
2.2 Provide evidence of turnover.
2.3 Please provide insurance details as set out below, together with copies of the supporting documents for verification: [4%]
a) Employer's liability
b) Public liability
c) Professional Indemnity
d) Products Liability
e) Contractor All Risks
f) Vehicle insurance
2.4 Parent company guarantees of performance and financial standing may be required if it is considered appropriate. If a JV (Joint Venture) is applicable, a Joint and Several Guarantee will be required. [2%]
3 Technical & Professional Ability [75%]
3.1 Preference may be given to respondents intending to tender for multiple lots. Confirm which lots of work your company is applying for.
3.2 Experience in condition-based monitoring is required. Confirm the length of your relevant experience. [8%]
3.3 Preference may be given to respondents whose customer portfolio includes customers having a similar size and business to that of Thames Water. Give an overview of your customer portfolio.
3.4 Provide reference details of at least 2 contracts undertaken in the last 2 years for requirements similar to those outlined above. For each contract, describe the range, scope, value and duration, including referee contact details. Confirm your willingness for us to approach referees on receipt of your application. Please note that customer site visits may be required as part of the enquiry process. [5%]
3.5 Confirm ability to provide a single point of contact for resolution of day-to-day queries and a dedicated, key account manager who will oversee the running of the agreement. [2%]
3.6 Please provide details on how your company manages commercial and operational risk in its supply chain. [5%]
3.7 Please confirm your system has the following [20%]:
a) Full reporting functionality - please provide an example of your analysis package reporting and your capability to tailor the report to TW requirements
b) Local display for each detector
c) Individual latched inhibitor per pump set
d) Full spectrum data for vibration on all assets
e) Temperature data for motors, bearings, thrust bearings
f) Pressure monitoring
g) Local parallel analysis port for all pump sets
h) Capability to have continuous trend capture and real-time analysis whilst pump is running from any network location
i) Long-term trend of all captured data - minimum 10 years
3.8 Data requirements [6%]:
a) Capability to transfer from all local data storage to main analysis server at a range of timelines and frequencies
b) Local storage of data for all sensors
c) Notification required before any data over-write
3.9 Additional requirements [8%]:
a) Ability to pass digital alarms
b) Capability to receive and store other electrical, flow and pressure data
c) Local memory retention in the event of power loss
d) Compatibility to current manually collected data input
3.10 Does your central CBM analysis system and remote site interface units support the following communications media? (Yes/No - please also provide details) [8%]:
a) PSTN
b) GPRS
c) ADSL
d) Ethernet LAN / WAN
e) Others - please specify
3.11 What Protocols are available for communicating between your central CBM analysis system and the remote site interface units? Please also detail the typical volume/bandwidth required for 15 minute reporting of data [2%]
3.12 Does your central CBM analysis system support interfaces with the following applications (Yes/No - please also provide details [5%]:
e) OSIsoft Pi
f) SAP
g) SCADA systems - please specify
h) Others - please specify
3.13 Please confirm your ability to [6%]:
a) Supply and install full and end-to-end system
b) Support and supply upgrades and continuous development, as part of the FA, in order to ensure future-proofing
c) Provide start-up and sustainability training
Health and Safety
Please contact to obtain TWUL's Health and Safety Questionnaire quoting the Project Ref (1138).
Health and Safety Questionnaires MUST be returned by the deadline specified (i.e. noon on 31.01.2013).Failure to return the Health and Safety Questionnaire by this deadline may result in your organisation being disqualified from this procurement process.
Note: this is a Pass/Fail question. Answering 'NO' to any of the questions included in the Health & Safety Questionnaire may result in disqualification of your organisation from the process.
General
Thames Water operates an ongoing risk management approach with regard to the economic and financial capacity of its suppliers. Information will be obtained either from the supplier or an externally recognized provider. Information will be gathered upon commencement of the process and over the duration of the contract period.
Respondents should note that this process might require references to be provided and verified, attendances at meetings, talks and presentations at no cost to Thames Water.
Thames Water Utilities Limited reserves the right to award no contract(s) as a result of this award procedure. Except for the framework agreement(s), if any, concluded with successful tenderer(s), nothing in the procurement process shall create a contract, whether express or implied, between Thames Water Utilities Limited and any applicant.
Any agreement resulting from this contract notice may be modified to include further similar requirements at any site under the management of Thames Water Utilities Limited or its associated companies.
This contract notice does not preclude Thames Water Utilities Limited or its associated companies from issuing other contract notices for specific requirements from time to time.
Thames Water Utilities Limited (including its employees and advisors) 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 Contract 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.
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 (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).