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

Digital Twin of Water Treatment Works

  • First published: 02 May 2024
  • Last modified: 02 May 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-045695
Published by:
Thames Water Utilities Limited
Authority ID:
AA20727
Publication date:
02 May 2024
Deadline date:
17 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Thames Water (TW) are seeking a qualified bidder to provide a Water Treatment Works Digital Twin (WTW DT) solution as a proof-of-concept. It is expected that the solution will enhance our organisation's operational efficiency, streamline processes, and improve overall productivity allowing it to be implement at key facilities across the estate.

The DT will identify gaps in efficiencies and recommend process interventions to reduce these gaps, with an aim of delivering an ROI for the proof-of-concept of

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/procurement


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://thameswater.smartsourceportal.com/


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Digital Twin of Water Treatment Works

Reference number: FA2150

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Thames Water (TW) are seeking a qualified bidder to provide a Water Treatment Works Digital Twin (WTW DT) solution as a proof-of-concept. It is expected that the solution will enhance our organisation's operational efficiency, streamline processes, and improve overall productivity allowing it to be implement at key facilities across the estate.

The DT will identify gaps in efficiencies and recommend process interventions to reduce these gaps, with an aim of delivering an ROI for the proof-of-concept of

II.1.5) Estimated total value

Value excluding VAT: 2 000 000.00  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

Development of a digital twin, as a proof-of-concept project, at Chingford WTW:

- Optimise efficiency across the whole site - source to pumps. Optimisation will be in the form of recommendations for operators to conduct on a day-to-day basis, driving down costs in areas such as power and consumeables

- The digital twin solution will mimic the physical asset to allow what-if analysis, running hypothetical scenarios to understand how the physical treatment work will operate under certain conditions

- The tool should integrate advances in innovation and machine learning to help Thames in becoming more proactive: identifying changing trends that wouldn't be possible manually and outputting a preventative response to mitigate emerging events

- The digital twin should be adaptable so that it can be tailored to help solve site-specific challenges, example at Chingford algae and pH control

- The product should be able to assist in the quantification of benefits it delivers enabling ROI calculations to be drawn which will inform scalability

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: 2 000 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

Any Agreement awarded for an initial duration of three 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 five 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 for an initial duration of three 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 five 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.1.2) 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 & 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 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

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

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: 17/05/2024

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: 4 (from the date stated for receipt of tender)

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

01/05/2024

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.