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
Region 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
Automation of Regional Control (SCADA) - RFP
Reference number
FA2097
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 aiming to automate & optimise specific aspects of our Regional SCADA system. Currently, a considerable portion of TW operation relies on manual management by a control room. The primary objective is to conduct a Proof of Concept (POC) for either the Lower Hall B & Woodford hydraulic systems or the entire TW Ring Main.
This will allow the control to be optimised, ensuring continued supply of wholesome water, whilst taking into consideration operating strategies to reduce leakage and energy use. It will also remove the risk of any human error.
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:
Detailed Design: Conduct a thorough assessment of how the product will be integrated within existing Thames Water Infrastructure to meet both operational and maintenance needs to optimise two hydraulic areas.
Develop, Test & Deploy: Deliver a centralised automation solution that addresses our specific requirements, full testing in advance of deployment into production.
Commission & Optimise: Full testing within the production environment to ensure the solution is fit for purpose and enables continued operation whilst generating optimal benefit.
User Training: Provide comprehensive training sessions for our staff to ensure proper utilisation of the software features.
Ongoing Support: Offer 24/7 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
84
This contract is subject to renewal
Yes
Description of renewals
TWUL envisages that the contract will be awarded for an initial term of 4 years with options to extend up to a maximum duration of 3 years.
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 4 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
12 January 2024
Local time
12:00pm
Changed to:
Date
25 January 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).