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

Automation of Regional Control (SCADA)

  • First published: 27 March 2024
  • Last modified: 27 March 2024

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:
ocds-h6vhtk-044d4c
Published by:
Thames Water Utilities Limited
Authority ID:
AA20727
Publication date:
27 March 2024
Deadline date:
12 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Thames Water (TW) are seeking to appoint a qualified bidder to automate and optimise specific aspects of our Regional SCADA system.

Currently, a considerable portion of the TW operation relies on manual management by a control room. The primary objective of this sourcing event is to conduct one or two Proof of Concept (POC) for hydraulic systems located in North East London; Coppermills and Lower Hall B Water Treatment Works.

This will allow the control to be optimised, ensuring continued supply of wholesome water, whilst taking into consideration operating strategies to reduce leakage and energy use. It will also remove the risk of any human error.

Subject to a successful POC, TW may decide to roll out the solution to other hydraulic systems across the estate. The roll out will be organised in sequence by five specific geographic areas; North East London (the POC), Ring Main, North West London, South London, and Thames Valley.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

THAMES WATER UTILITIES LIMITED

02366661

Reading

RG18DB

UK

Contact person: Thames Water

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

NUTS: UKJ11

Internet address(es)

Main address: https://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/about-us/our-suppliers/procurement


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

http://thameswater.smartsourceportal.com


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Automation of Regional Control (SCADA)

Reference number: FA2147

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Thames Water (TW) are seeking to appoint a qualified bidder to automate and optimise specific aspects of our Regional SCADA system.

Currently, a considerable portion of the TW operation relies on manual management by a control room. The primary objective of this sourcing event is to conduct one or two Proof of Concept (POC) for hydraulic systems located in North East London; Coppermills and Lower Hall B Water Treatment Works.

This will allow the control to be optimised, ensuring continued supply of wholesome water, whilst taking into consideration operating strategies to reduce leakage and energy use. It will also remove the risk of any human error.

Subject to a successful POC, TW may decide to roll out the solution to other hydraulic systems across the estate. The roll out will be organised in sequence by five specific geographic areas; North East London (the POC), Ring Main, North West London, South London, and Thames Valley.

II.1.5) Estimated total value

Value excluding VAT: 6 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

48100000

72200000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of the Thames Water Region

II.2.4) Description of the procurement

The successful bidder shall provide the following services to deliver the POC:

- Detailed Design: Conduct a thorough assessment of how the product will be integrated within existing TW infrastructure to meet both operational and maintenance needs to optimise the POC hydraulic areas.

- Develop, Test and Deploy: Deliver a centralised automation solution that addresses our specific requirements, fully tested in advance of deployment into production.

- Commission and Optimise: Full testing within the production environment to ensure the solution is fit for purpose and enables continued operation whilst generating optimal benefit.

- User Training: Provide comprehensive training sessions for our staff to ensure proper utilisation of the solution features.

- Ongoing Support: Offer post implementation technical support and maintenance services, up to 24 x 7, including regular updates and timely bug fixes.

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: 6 000 000.00  GBP

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

Duration in months: 156

This contract is subject to renewal: Yes

Description of renewals:

Any Agreement awarded for an initial duration of 10 years (within which break clauses may apply after the proof of concept phase and at any roll out phase) and then with the option to extend annually to a maximum of overall duration of 13 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 10 years with set break clauses to potentially not procced to the next roll out phase and with options to extend annually up to a maximum of 13 years. The break clauses may be activated is outlined below;

- Following proof of concept delivery

- At the end of each phase

- After ten (10) years

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 and supporting procurement documents

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 Invitation to Negotiate (ITN) Document

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.1.4) 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: Yes

IV.2) Administrative information

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

Date: 12/04/2024

Local time: 12:00

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

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

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 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.

VI.4) Procedures for review

VI.4.1) Review body

Thames Water Utilities Limited

Reading

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

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).

VI.5) Date of dispatch of this notice

26/03/2024

Coding

Commodity categories

ID Title Parent category
48100000 Industry specific software package Software package and information systems
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support

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.