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