Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
Head Office, Clearwater Court, Vastern Road
Reading
RG1 8DB
Contact
Thames Water
procurement.support.centre@thameswater.co.uk
Country
United Kingdom
NUTS code
UKJ11 - Berkshire
Companies House
02366661
Internet address(es)
Main address
Buyer's address
www.thameswater.co.uk/procurement
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.thameswater.co.uk/procurement
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Water Treatment Works Digital Twin Proof of Concept - RFP
Reference number
FA2098
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 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.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
Whole of Thames Water Region.
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
two.2.10) Information about variants
Variants will be accepted: Yes
two.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.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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.
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 the 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
As detailed in the ITN.
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 any award.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As detailed in the ITN.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
8 January 2024
Local time
12:00pm
Changed to:
Date
2 February 2024
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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 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.
six.4) Procedures for review
six.4.1) Review body
Thames Water Utilities Limited
Head Office, Clearwater Court, Vastern Road
Reading
RG1 8DB
procurement.support.centre@thameswater.co.uk
Country
United Kingdom
Internet address
six.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).