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

Water Treatment Works Digital Twin Proof of Concept - RFP

  • First published: 05 November 2023
  • Last modified: 05 November 2023

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-0415d7
Published by:
Thames Water Utilities Limited
Authority ID:
AA20727
Publication date:
05 November 2023
Deadline date:
08 January 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The vendor shall provide the following services:

Needs Assessment: Conduct a thorough analysis of our organisation's processes to identify areas where the solution can bring improvements and efficiencies.

Deploy a Digital Twin solution that addresses our specific requirements.

Software Development: Indicate and advise where vendor specific solution will require specific design, development, test, and deployment of code to meet TW requirements.

Integration: Ensure seamless integration with existing systems and applications.

User Demos: Provide facility and resource to allow staff to view and use proposed solution prior to decision to purchase.

User Training: Provide comprehensive training sessions for our staff to ensure proper utilisation of the software's features.

Data Migration: Migrate existing data from our current systems to the new software solution without data loss.

Ongoing Support: Offer technical support and maintenance services post-implementation, including regular updates and bug fixes.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

THAMES WATER UTILITIES LIMITED

02366661

Head Office, Clearwater Court, Vastern Road

Reading

RG1 8DB

UK

Contact person: Thames Water

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

NUTS: UKJ11

Internet address(es)

Main address: www.thameswater.co.uk

Address of the buyer profile: www.thameswater.co.uk/procurement

I.3) Communication

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

www.thameswater.co.uk/procurement


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.thameswater.co.uk/procurement


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Water Treatment Works Digital Twin Proof of Concept - RFP

Reference number: FA2098

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 vendor to provide a Water Treatment Work Digital Twin (WTW DT) solution that will enhance our organization's operational efficiency, streamline processes, and improve overall productivity. The selected vendor will be responsible for delivering a robust platform tailored to our specific needs. This RFP outlines the requirements and expectations for the proposed solution and a framework agreement to provide the solution, for multiple water treatment works. In this context, digital twins will act as virtual representations of key water treatment plants across Thames Water.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of Thames Water Region.

II.2.4) Description of the procurement

The vendor shall provide the following services:

Needs Assessment: Conduct a thorough analysis of our organisation's processes to identify areas where the solution can bring improvements and efficiencies.

Deploy a Digital Twin solution that addresses our specific requirements.

Software Development: Indicate and advise where vendor specific solution will require specific design, development, test, and deployment of code to meet TW requirements.

Integration: Ensure seamless integration with existing systems and applications.

User Demos: Provide facility and resource to allow staff to view and use proposed solution prior to decision to purchase.

User Training: Provide comprehensive training sessions for our staff to ensure proper utilisation of the software's features.

Data Migration: Migrate existing data from our current systems to the new software solution without data loss.

Ongoing Support: Offer technical support and maintenance services post-implementation, including regular updates and 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.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

TWUL envisages that the contract will be awarded for an initial term of 3 years with options to extend up to a maximum duration of 3 years.

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

TWUL envisages that the contract will be awarded for an initial term of 3 years with options to extend up to a maximum duration of 3 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.

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 the 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:

As detailed in the ITN.

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 any award.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As detailed in the ITN.

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 a single operator.

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: 08/01/2024

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 notice must request a pre-qualification questionnaire (PQQ) by using the link in Section I.3 of this Notice, i.e. www.thameswater.co.uk/procurement.

VI.4) Procedures for review

VI.4.1) Review body

Thames Water Utilities Limited

Head Office, Clearwater Court, Vastern Road

Reading

RG1 8DB

UK

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

Internet address(es)

URL: www.thameswater.co.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Thames Water Utilities Limited will operate 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.5) Date of dispatch of this notice

03/11/2023

Coding

Commodity categories

ID Title Parent category
72000000 IT services: consulting, software development, Internet and support Computer and Related Services

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.