Tender

Automation of Regional Control (SCADA) - RFP

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice identifier: 2023/S 000-033374

Procurement identifier (OCID): ocds-h6vhtk-04178e

Published 10 November 2023, 8:18pm



The closing date and time has been changed to:

25 January 2024, 12:00pm

See the change notice.

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

Email

procurement.support.centre@thameswater.co.uk

Country

United Kingdom

Region code

UKJ11 - Berkshire

Companies House

02366661

Internet address(es)

Main address

www.thameswater.co.uk

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

Email

procurement.support.centre@thameswater.co.uk

Country

United Kingdom

Internet address

www.thameswater.co.uk

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).