Notice Information
Notice Title
Supply & Delivery of PLC, HMI, SCADA and Industrial Networking Equipment
Notice Description
The requirement is to supply a range of site based hardware & software supported by a supervisory control and data acquisition platform to support the United Utilities Wholesale business and its need to automate, monitor &control. - Local Automation PLC/HMI Hardware & Software - SCADA Software - Supervisory Control Software - SCADA Systems Hardware - Servers & PLC's
Lot Information
Lot 1
The contractual arrangement for supplies will include: - Local Automation PLC/HMI Hardware & Software - SCADA Software - Supervisory Control Software - SCADA Systems Hardware - Servers & PLC's The contractual arrangement for services will include: - Pre and post sales application support - Technical support and training - Engineering software licences. - Supply of hardware and software compliant with the BS EN 62443 Standard for Cyber Security and represent best practice with regards to the NIS Directive - Associated Spares - Field Services In delivering the supplies under this contractual agreement, it is a requirement that the Supplier shall comply with the relevant technical standards which will be detailed within the agreement. With regards to the hardware and software (i.e. supplies), these shall be required by a number of third party routes, including but not limited to: - UU Internal teams - UU Framework Systems Integrators working for UU's delivery partners - Maintenance delivery partners - Construction delivery partners - Design & Build contractors Additional information: Type of procedure Negotiated procedure without prior call for competition Additional deliveries by the original supplier ordered under the strict conditions stated in the directive Explanation: United Utilities the contracting entity, 90% of its operational sites are controlled, monitored and automated using Siemens S7 PLCs and WinCC SCADA software and the next investment programme calls for circa 2% of its PLC/SCADA to be replaced. Awarding the PLC/SCADA contract to any supplier other than the incumbent will re-introduce 'Islands of Automation' onto our sites. This introduces numerous potential issues such as: - Single Points of Failure; - Duplication of both tasks and data; - More complex designs; - Lengthier troubleshooting; and - is generally and much more inefficient way to automate a site. At a site level United Utilities has mostly eliminated this issue, to introduce differing technology (with limited to no interconnectivity) to these sites would be to reintroduce issues such as the above. An alternative to introducing Islands of Automation would be to replace all hardware and software on a site that is introducing new hardware. This would require software to be reverse engineered and redesigned in a way to work on the new platform and then being re-commissioned. Independent third parties have provided proposals for a full PLC replacement project (using non incumbent technology), based on a typical UU Waste Water plant size using the above scenario for verification. The technical complexity (design, coding and testing effort required) to achieve this, when compared to implementing an additional PLC onto a site using the incumbent's technology, was found to be a ratio of 11:1. The Framework was last tendered in 2009, with minor amendments to scope and terms negotiated with the successful supplier, (Siemens PLC), as part of the strategy for Kit Framework awards for AMP6 in 2015. Prior to 2009, Siemens were also the incumbent supplier for these products and services and have been the UU SCADA platform provider since 2004 The Kit Framework is still in place with Siemens PLC until Sept 2020, with no further extension options under the current arrangement which has now expired. United Utilities conducted stakeholders meetings and agreement sought that confirm the optimum solution would be to re-negotiate with the current incumbent, there is a need to justify and confirm the disproportionality of re-tendering v transition costs, i.e. the cost of changing asset base, associated protocols, training material, maintenance regimes, spares and knowledge etc., should the solution provider change. United Utilities conclusion is that the significant extra technical steps required to transition to a change of supplier would oblige the utility to acquire supplies having different technical characteristics which would result in incompatibility or disproportionate technical difficulties in operation and maintenance. It is therefore, necessary to conduct a negotiated procedure without prior call for competition, as highlighted above United Utilities have acted in good faith prior to coming to this decision based on the due diligence that has been conducted.
Procurement Information
United Utilities the contracting entity, 90% of its operational sites are controlled, monitored and automated using Siemens S7 PLCs and WinCC SCADA software and the next investment programme calls for circa 2% of its PLC/SCADA to be replaced. Awarding the PLC/SCADA contract to any supplier other than the incumbent will re-introduce 'Islands of Automation' onto our sites. This introduces numerous potential issues such as: - Single Points of Failure; - Duplication of both tasks and data; - More complex designs; - Lengthier troubleshooting; and - is generally and much more inefficient way to automate a site. At a site level United Utilities has mostly eliminated this issue, to introduce differing technology (with limited to no interconnectivity) to these sites would be to reintroduce issues such as the above. An alternative to introducing Islands of Automation would be to replace all hardware and software on a site that is introducing new hardware. This would require software to be reverse engineered and redesigned in a way to work on the new platform and then being re-commissioned. Independent third parties have provided proposals for a full PLC replacement project (using non incumbent technology), based on a typical UU Waste Water plant size using the above scenario for verification. The technical complexity (design, coding and testing effort required) to achieve this, when compared to implementing an additional PLC onto a site using the incumbent's technology, was found to be a ratio of 11:1. The Framework was last tendered in 2009, with minor amendments to scope and terms negotiated with the successful supplier, (Siemens PLC), as part of the strategy for Kit Framework awards for AMP6 in 2015. Prior to 2009, Siemens were also the incumbent supplier for these products and services and have been the UU SCADA platform provider since 2004 The Kit Framework is still in place with Siemens PLC until Sept 2020, with no further extension options under the current arrangement which has now expired. United Utilities conducted stakeholders meetings and agreement sought that confirm the optimum solution would be to re-negotiate with the current incumbent, there is a need to justify and confirm the disproportionality of re-tendering v transition costs, i.e. the cost of changing asset base, associated protocols, training material, maintenance regimes, spares and knowledge etc., should the solution provider change. United Utilities conclusion is that the significant extra technical steps required to transition to a change of supplier would oblige the utility to acquire supplies having different technical characteristics which would result in incompatibility or disproportionate technical difficulties in operation and maintenance. It is therefore, necessary to conduct a negotiated procedure without prior call for competition, as highlighted above United Utilities have acted in good faith prior to coming to this decision based on the due diligence that has been conducted.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-029212
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/002731-2021
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
32 - Radio, television, communication, telecommunication and related equipment
35 - Security, fire-fighting, police and defence equipment
38 - Laboratory, optical and precision equipments (excl. glasses)
42 - Industrial machinery
-
- CPV Codes
31682210 - Instrumentation and control equipment
32441200 - Telemetry and control equipment
35710000 - Command, control, communication and computer systems
38800000 - Industrial process control equipment and remote-control equipment
38810000 - Industrial process control equipment
42961200 - Scada or equivalent system
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £8,000,000 £1M-£10M
Notice Dates
- Publication Date
- 10 Feb 20215 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 10 Feb 20215 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNITED UTILITIES WATER LIMITED
- Contact Name
- Grace Power
- Contact Email
- regulatoryprocurementteam@uuplc.co.uk
- Contact Phone
- +44 1925677588
Buyer Location
- Locality
- WARRINGTON
- Postcode
- WA5 3LP
- Post Town
- Warrington
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD6 Cheshire
- Small Region (ITL 3)
- TLD61 Warrington
- Delivery Location
- TLD North West (England)
-
- Local Authority
- Warrington
- Electoral Ward
- Great Sankey North and Whittle Hall
- Westminster Constituency
- Warrington South
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-029212-2021-02-10T15:14:07Z",
"date": "2021-02-10T15:14:07Z",
"ocid": "ocds-h6vhtk-029212",
"initiationType": "tender",
"tender": {
"id": "PRO004136",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Supply & Delivery of PLC, HMI, SCADA and Industrial Networking Equipment",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "38800000",
"description": "Industrial process control equipment and remote-control equipment"
},
"mainProcurementCategory": "goods",
"description": "The requirement is to supply a range of site based hardware & software supported by a supervisory control and data acquisition platform to support the United Utilities Wholesale business and its need to automate, monitor &control. - Local Automation PLC/HMI Hardware & Software - SCADA Software - Supervisory Control Software - SCADA Systems Hardware - Servers & PLC's",
"lots": [
{
"id": "1",
"description": "The contractual arrangement for supplies will include: - Local Automation PLC/HMI Hardware & Software - SCADA Software - Supervisory Control Software - SCADA Systems Hardware - Servers & PLC's The contractual arrangement for services will include: - Pre and post sales application support - Technical support and training - Engineering software licences. - Supply of hardware and software compliant with the BS EN 62443 Standard for Cyber Security and represent best practice with regards to the NIS Directive - Associated Spares - Field Services In delivering the supplies under this contractual agreement, it is a requirement that the Supplier shall comply with the relevant technical standards which will be detailed within the agreement. With regards to the hardware and software (i.e. supplies), these shall be required by a number of third party routes, including but not limited to: - UU Internal teams - UU Framework Systems Integrators working for UU's delivery partners - Maintenance delivery partners - Construction delivery partners - Design & Build contractors Additional information: Type of procedure Negotiated procedure without prior call for competition Additional deliveries by the original supplier ordered under the strict conditions stated in the directive Explanation: United Utilities the contracting entity, 90% of its operational sites are controlled, monitored and automated using Siemens S7 PLCs and WinCC SCADA software and the next investment programme calls for circa 2% of its PLC/SCADA to be replaced. Awarding the PLC/SCADA contract to any supplier other than the incumbent will re-introduce 'Islands of Automation' onto our sites. This introduces numerous potential issues such as: - Single Points of Failure; - Duplication of both tasks and data; - More complex designs; - Lengthier troubleshooting; and - is generally and much more inefficient way to automate a site. At a site level United Utilities has mostly eliminated this issue, to introduce differing technology (with limited to no interconnectivity) to these sites would be to reintroduce issues such as the above. An alternative to introducing Islands of Automation would be to replace all hardware and software on a site that is introducing new hardware. This would require software to be reverse engineered and redesigned in a way to work on the new platform and then being re-commissioned. Independent third parties have provided proposals for a full PLC replacement project (using non incumbent technology), based on a typical UU Waste Water plant size using the above scenario for verification. The technical complexity (design, coding and testing effort required) to achieve this, when compared to implementing an additional PLC onto a site using the incumbent's technology, was found to be a ratio of 11:1. The Framework was last tendered in 2009, with minor amendments to scope and terms negotiated with the successful supplier, (Siemens PLC), as part of the strategy for Kit Framework awards for AMP6 in 2015. Prior to 2009, Siemens were also the incumbent supplier for these products and services and have been the UU SCADA platform provider since 2004 The Kit Framework is still in place with Siemens PLC until Sept 2020, with no further extension options under the current arrangement which has now expired. United Utilities conducted stakeholders meetings and agreement sought that confirm the optimum solution would be to re-negotiate with the current incumbent, there is a need to justify and confirm the disproportionality of re-tendering v transition costs, i.e. the cost of changing asset base, associated protocols, training material, maintenance regimes, spares and knowledge etc., should the solution provider change. United Utilities conclusion is that the significant extra technical steps required to transition to a change of supplier would oblige the utility to acquire supplies having different technical characteristics which would result in incompatibility or disproportionate technical difficulties in operation and maintenance. It is therefore, necessary to conduct a negotiated procedure without prior call for competition, as highlighted above United Utilities have acted in good faith prior to coming to this decision based on the due diligence that has been conducted.",
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31682210",
"description": "Instrumentation and control equipment"
},
{
"scheme": "CPV",
"id": "32441200",
"description": "Telemetry and control equipment"
},
{
"scheme": "CPV",
"id": "35710000",
"description": "Command, control, communication and computer systems"
},
{
"scheme": "CPV",
"id": "38810000",
"description": "Industrial process control equipment"
},
{
"scheme": "CPV",
"id": "42961200",
"description": "Scada or equivalent system"
}
],
"deliveryAddresses": [
{
"region": "UKD"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"techniques": {
"hasFrameworkAgreement": true
},
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_OUTSIDE_SCOPE",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "United Utilities the contracting entity, 90% of its operational sites are controlled, monitored and automated using Siemens S7 PLCs and WinCC SCADA software and the next investment programme calls for circa 2% of its PLC/SCADA to be replaced. Awarding the PLC/SCADA contract to any supplier other than the incumbent will re-introduce 'Islands of Automation' onto our sites. This introduces numerous potential issues such as: - Single Points of Failure; - Duplication of both tasks and data; - More complex designs; - Lengthier troubleshooting; and - is generally and much more inefficient way to automate a site. At a site level United Utilities has mostly eliminated this issue, to introduce differing technology (with limited to no interconnectivity) to these sites would be to reintroduce issues such as the above. An alternative to introducing Islands of Automation would be to replace all hardware and software on a site that is introducing new hardware. This would require software to be reverse engineered and redesigned in a way to work on the new platform and then being re-commissioned. Independent third parties have provided proposals for a full PLC replacement project (using non incumbent technology), based on a typical UU Waste Water plant size using the above scenario for verification. The technical complexity (design, coding and testing effort required) to achieve this, when compared to implementing an additional PLC onto a site using the incumbent's technology, was found to be a ratio of 11:1. The Framework was last tendered in 2009, with minor amendments to scope and terms negotiated with the successful supplier, (Siemens PLC), as part of the strategy for Kit Framework awards for AMP6 in 2015. Prior to 2009, Siemens were also the incumbent supplier for these products and services and have been the UU SCADA platform provider since 2004 The Kit Framework is still in place with Siemens PLC until Sept 2020, with no further extension options under the current arrangement which has now expired. United Utilities conducted stakeholders meetings and agreement sought that confirm the optimum solution would be to re-negotiate with the current incumbent, there is a need to justify and confirm the disproportionality of re-tendering v transition costs, i.e. the cost of changing asset base, associated protocols, training material, maintenance regimes, spares and knowledge etc., should the solution provider change. United Utilities conclusion is that the significant extra technical steps required to transition to a change of supplier would oblige the utility to acquire supplies having different technical characteristics which would result in incompatibility or disproportionate technical difficulties in operation and maintenance. It is therefore, necessary to conduct a negotiated procedure without prior call for competition, as highlighted above United Utilities have acted in good faith prior to coming to this decision based on the due diligence that has been conducted."
},
"awards": [
{
"id": "002731-2021-PRO004136-1",
"relatedLots": [
"1"
],
"title": "Supply & Delivery of PLC, HMI & SCADA and Industrial Networking Equipment",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-5257",
"name": "Siemens Plc"
}
]
}
],
"parties": [
{
"id": "GB-FTS-5256",
"name": "UNITED UTILITIES WATER LIMITED",
"identifier": {
"legalName": "UNITED UTILITIES WATER LIMITED"
},
"address": {
"streetAddress": "Haweswater House,Lingley Mere Business Park, Lingley Green Avenue, Great Sankey",
"locality": "WARRINGTON",
"region": "UKD",
"postalCode": "WA53LP",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Grace Power",
"telephone": "+44 1925677588",
"email": "RegulatoryProcurementTeam@uuplc.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.unitedutilities.com/corporate",
"buyerProfile": "https://www.unitedutilities.com/corporate",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"description": "Utilities"
},
{
"scheme": "COFOG",
"description": "Water"
}
]
}
},
{
"id": "GB-FTS-5257",
"name": "Siemens Plc",
"identifier": {
"legalName": "Siemens Plc"
},
"address": {
"streetAddress": "00727817 Farraday House, Sir William Siemens Square, Frimley",
"locality": "Camberley",
"region": "UKJ",
"postalCode": "GU168QD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-5258",
"name": "High Court of England and Wales, London, United Kingdom",
"identifier": {
"legalName": "High Court of England and Wales, London, United Kingdom"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-5256",
"name": "UNITED UTILITIES WATER LIMITED"
},
"contracts": [
{
"id": "002731-2021-PRO004136-1",
"awardID": "002731-2021-PRO004136-1",
"title": "Supply & Delivery of PLC, HMI & SCADA and Industrial Networking Equipment",
"status": "active",
"value": {
"amount": 8000000,
"currency": "GBP"
},
"dateSigned": "2021-02-10T00:00:00Z"
}
],
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:544820-2018:TEXT:EN:HTML"
}
],
"language": "en"
}