Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Control and Automation Systems

  • First published: 18 December 2020
  • Last modified: 18 December 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Thames Water Utilities Ltd
Authority ID:
AA77187
Publication date:
18 December 2020
Deadline date:
29 January 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Provision of a single integrated LVA and System Integration service including the design, manufacture, testing, delivery, installation and commissioning:

• New LVAs and modification of existing LVAs;

• New ICA and modification of existing ICA, including Fieldbus networks, PLC’s, PLC Networks, HMI’s and Site SCADA;

• New IEC61511 compliant Safety Instrumented Systems.

The MCC manufacturer will be required to form an alliance with a system integrator in order to deliver these services

We will award multi-supplier framework agreements and run mini-competitions to award packages or program of works.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Thames Water Utilities Ltd

Procurement Support Centre — 3rd Floor East, C/O Mail Room, Rose Kiln Court

Reading

RG2 0BY

UK

E-mail: procurement.support.centre@thameswater.co.uk

NUTS: UKJ11

Internet address(es)

Main address: www.thameswater.co.uk

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://www.thameswater.co.uk/procurement


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.thameswater.co.uk/procurement


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Control and Automation Systems

Reference number: FA1469

II.1.2) Main CPV code

42961000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Thames Water wishes to award one or more framework agreements to supplier(s) capable of supplying low voltage assemblies and system integration services

The agreement will be covered by the following lots;

Lot 1: Low Voltage Assemblies and System Inegration,

Lot 2: Site System Integration,

Lot 3: RTU System Integration,

Lot 4: Small Pumping Station (SPS) Panels.

ICA and LVA assets will be delivered primarily via 2 routes in AMP 7;

• delivered as part of several multi-discipline Capital Projects through Tier 1s;

• delivered as a standalone Programmes of Work (separate ICA and LVA Program).

Agreements will be for an initial term of 3 years with the option to extend to a maximum of 8 years. Volumes will not be committed with any supplier.

Thames Water reserve the right to issue multiple awards for each lot to achieve the most efficient and economical service solution. Thames Water reserves the right to enter into a contract or contracts for the provision of all or any number of lots.

II.1.5) Estimated total value

Value excluding VAT: 238 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Low Voltage Assemblies (LVAs) and Systems Integration

II.2.2) Additional CPV code(s)

31214500

31214510

31214520

42961000

42961200

31211110

II.2.3) Place of performance

NUTS code:

UKJ

UKI

II.2.4) Description of the procurement

Provision of a single integrated LVA and System Integration service including the design, manufacture, testing, delivery, installation and commissioning:

• New LVAs and modification of existing LVAs;

• New ICA and modification of existing ICA, including Fieldbus networks, PLC’s, PLC Networks, HMI’s and Site SCADA;

• New IEC61511 compliant Safety Instrumented Systems.

The MCC manufacturer will be required to form an alliance with a system integrator in order to deliver these services

We will award multi-supplier framework agreements and run mini-competitions to award packages or program of works.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 123 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

Any agreement will be awarded for an initial duration of 3 years, with the option to extend up to a maximum of 8 years.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Any agreement awarded would be for an initial duration of 3 years with options to extend up to a maximum of 8 years. There will be no commitment to volume and performance against service levels will be measured and reviewed.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Site System Integration

II.2.2) Additional CPV code(s)

31214500

31214510

31214520

42961000

42961200

31211110

II.2.3) Place of performance

NUTS code:

UKJ

UKI

II.2.4) Description of the procurement

Provision at a single site of a System Integration service including the design, manufacture, testing, delivery, installation and commissioning:

• Replacement, upgrade and modification of existing PLC’s, PLC Networks, HMI’s and Site SCADA;

• New IEC61511 compliant Safety Instrumented Systems.

We will award multi-supplier framework agreements and run mini-competitions to award packages or program of works.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 50 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

Any agreement will be awarded for an initial duration of 3 years, with the option to extend up to a maximum of 8 years.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Any agreement awarded would be for an initial duration of 3 years with options to extend up to a maximum of 8 years. There will be no commitment to volume and performance against service levels will be measured and reviewed.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

RTU System Integration

II.2.2) Additional CPV code(s)

31214500

31214510

31214520

42961000

42961200

31211110

II.2.3) Place of performance

NUTS code:

UKJ

UKI

II.2.4) Description of the procurement

Provision, at multiple sites, of a system Integration service including the design, manufacture, testing, delivery, installation and commissioning:

Replacement, upgrade and modification of existing telemetry devices, offsite telecoms, Regional SCADA and/or Corporate Historian. telemetry devices include RTUs, EPSCs, loggers, SLM, EDMs

We will award multi-supplier framework agreements and run mini-competitions to award packages or program of works.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 55 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

Any agreement will be awarded for an initial duration of 3 years, with the option to extend up to a maximum of 8 years.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Any agreement awarded would be for an initial duration of 3 years with options to extend up to a maximum of 8 years. There will be no commitment to volume and performance against service levels will be measured and reviewed.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Small Pumping Station Panels

II.2.2) Additional CPV code(s)

31214500

31214510

31214520

42961000

42961200

31211110

II.2.3) Place of performance

NUTS code:

UKJ

UKI

II.2.4) Description of the procurement

Provision of a single integrated LVA and System Integration service including the design, manufacture, testing, delivery, installation and commissioning:

• New LVAs and modification of existing LVAs;

• New ICA and modification of existing ICA, including Fieldbus networks, PLC’s, PLC Networks, HMI’s and Site SCADA;

• New IEC61511 compliant Safety Instrumented Systems.

We will award multi-supplier framework agreements and run mini-competitions to award packages or program of works.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

Any agreement will be awarded for an initial duration of 3 years, with the option to extend up to a maximum of 8 years.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Any agreement awarded would be for an initial duration of 3 years with options to extend up to a maximum of 8 years. There will be no commitment to volume and performance against service levels will be measured and reviewed.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

As detailed in the PQQ.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.1.4) Objective rules and criteria for participation

As detailed in section VI.3) and PQQ.

III.1.6) Deposits and guarantees required:

Bonds and/or parent company guarantees of performance and financial standing may be required.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Specified in the invitation to negotiate.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

Consortia may be required to form a legal entity prior to award.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 7

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 29/01/2021

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Between 3-8 years.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

All suppliers who wish to respond to this notice must request a pre-qualification questionnaire (PQQ) by using the link in Section I.3) of this notice, i.e. https://www.thameswater.co.uk/procurement

From your response form to the link in Section 1.3) or above, Thames Water's Procurement Support Centre will send you an email providing login details for our eSourcing system (IASTA Smartsource). To complete the PQQ you will need to login to IASTA Smartsource.

If the project requires it, you will receive an addition and septate survey to complete for Data Protection.

Note that your client may be Thames Water Utilities Ltd or another company within the Kemble Water group structure.

VI.4) Procedures for review

VI.4.1) Review body

Thames Water Utilities Ltd

Reading

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Thames Water Utilities Ltd 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 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.4.4) Service from which information about the review procedure may be obtained

Thames Water Utilities Ltd

Reading

UK

VI.5) Date of dispatch of this notice

15/12/2020

Coding

Commodity categories

ID Title Parent category
42961000 Command and control system Command and control system, printing, graphics, office automation and information-processing equipment
31211110 Control panels Boards and fuse boxes
31214510 Distribution switchboards Switchgear
31214500 Electric switchboards Switchgear
31214520 Medium-voltage switchboards Switchgear
42961200 Scada or equivalent system Command and control system

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement.support.centre@thameswater.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.