Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
Reading
RG18DB
Contact
Thames Water
procurement.support.centre@thameswater.co.uk
Country
United Kingdom
Region code
UKJ11 - Berkshire
Companies House
02366661
Internet address(es)
Main address
https://www.thameswater.co.uk/
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://thameswater.smartsourceportal.com/
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Digital Twin of Water Treatment Works
Reference number
FA2150
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.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
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48100000 - Industry specific software package
- 72200000 - Software programming and consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
Whole of the Thames Water Region
two.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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: Yes
two.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.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
As detailed in section VI.3 & PQQ.
three.1.6) Deposits and guarantees required
Bonds and/or parent company guarantees of performance and financial standing may be
required
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Specified in Invitation to Negotiate Document
three.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
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 May 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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 six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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
six.4) Procedures for review
six.4.1) Review body
Thames Water Utilities Limited
Reading
Country
United Kingdom
six.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).