Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Adam Meakin
RegulatoryProcurementTeam@uuplc.co.uk
Telephone
+44 07717764017
Country
United Kingdom
NUTS code
UKD - NORTH WEST (ENGLAND)
National registration number
02366678
Internet address(es)
Main address
http://www.unitedutilities.com
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984
one.3) Communication
Additional information can be obtained from the above-mentioned address
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Works-Framework-Digital Services-Monitoring & Control, Design & Build
Reference number
PRO004460
two.1.2) Main CPV code
- 45300000 - Building installation work
two.1.3) Type of contract
Works
two.1.4) Short description
The high-level Digital Services Monitoring & Control (DS M&C) requirement is to have access to a number of third-party framework suppliers covering Design & Build expertise, who have demonstrable experience in the M&C area.
The framework will drive the delivery of new DS M&C infrastructure and its associated installation, commissioning, testing and handover back to operational sites, to required standards and timescales.
The scope and scale of the works will vary from simple ICA (Instrumentation, Control and Automation) installations through to large complex design and build projects. DS M&C scope of delivery will range from first time install to upgrade, development, integration and optimisation of existing M&C infrastructure.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 51100000 - Installation services of electrical and mechanical equipment
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322100 - Quantity surveying services for civil engineering works
- 71700000 - Monitoring and control services
two.2.3) Place of performance
NUTS codes
- UKD - NORTH WEST (ENGLAND)
two.2.4) Description of the procurement
The scope and scale of the works will vary from simple ICA installations through to large complex design and build projects. DS M&C scope of delivery will range from first time install to upgrade, development, integration and optimisation of existing M&C infrastructure.
Small Projects (value<250K)
Projects will be of varied value and complexity; typically, projects will be ICA in scope but may include minor elements of Electrical/Mechanical/Civil works. A small number of projects may be more reactive in nature and therefore suppliers will need to demonstrate agility and flexibility to respond to these needs. There may be a number of projects where there is a requirement to work across multiples sites and locations.
Typical projects will include:
• Replacement of a single PLC or replacement of a site communications network
• Installation of an additional instrument on a Water / Wastewater Treatment works and integration into the site control system
• Installation and testing of a new communications panel and associated infrastructure on operational sites
• Installation and commissioning of a new telemetry outstation
Large Projects (value>£250K)
Where projects are of a large value and more complex, these will typically require multi-discipline delivery teams including minor civils works, and will typically, be over £250k and could be in excess of £1m. Projects could be single site large-scale installation and will demand a high level of project management capability.
Typical projects will include:
• Single site complex projects such as replacing the control system infrastructure (multiple PLCs, site
SCADA etc.) and managing the associated interfaces on a critical Water / Wastewater Treatment works.
• Large scale rollout across multiple sites of additional instrumentation including integration into each site’s control system and coordination of testing critical control changes across impacted sites
• Critical regulatory date driven projects where high levels of project management will be required to meet the commitments agreed with our regulators
Desired Competencies
Categories within the Table below are the expected competencies of framework partners supporting delivery of DS M&C projects. They have been differentiated into core/technology capabilities and are not fixed; some flexibility is expected. Suitable respondents to the resulting tender will demonstrate experience and competence in all core areas defined and some experience of the technology capabilities would be advantageous.
Core Capabilities - Technology Capabilities (Desirable)
Project Management - Designing for the Digital Landscape
Agile Delivery Capability - Design of PLC/HMI solutions (design/install/commission)
Programme & Resource Management - Design of SCADA solutions (design/install/commission)
Engineering Resource provision - Design of Telemetry Solutions (design/install/commission)
CDM Principal Designer & Principal Contractor Capability - Design of Industrial network solutions (design/install/commission)
Full suite of delivery documentation - Experience of designing for cyber resilience
Site Surveys - Reverse engineering software (legacy PLC’s)
HAZOP Study Capability - SCADA 1st Time Installation
Digital Technology Design and Integration - SCADA upgrades
Cyber Security awareness and application - PLC/HMI Migration
Design, installation and commissioning of instrumentation solutions - Process Control Optimisation
Safety Instrumented Systems -Emerging Digital Technology and Innovation
Minor PLC/HMI and SCADA modifications
Working knowledge of process engineering
Electrical Works – construct/install/commission
Minor Mechanical Works – construct/install/commission
Minor Civil Works – construct/install/commission
two.3) Estimated date of publication of contract notice
1 June 2021
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section six. Complementary information
six.3) Additional information
As a minimum include the following, plus add any other requirements as you see fit.
If you have experience in this area, please could you provide at a minimum the following information and submit to the United Utilities Regulatory Procurement Team mailbox:
RegulatoryProcurementTeam@uuplc.co.uk
• Company Name
• Contact details, including location telephone and e-mail address, main point of contact and position in Company
• Are you interested in core only and/or technical capability provision?
• Would you be looking to partner with others to provide full capability provision?
• Are you providing these services for other UK utility companies and prepared to disclose?