Award

Automation of Regional Control (SCADA)

THAMES WATER UTILITIES LIMITED

This public procurement record has 2 releases in its history.

Award

30 Aug 2024 at 11:03

Tender

26 Mar 2024 at 18:21

Summary of the contracting process

Thames Water Utilities Limited is seeking to automate and optimise aspects of its Regional SCADA system under the title "Automation of Regional Control (SCADA)." This project falls within the IT services industry category, specifically focusing on consulting, software development, Internet, and support. The procurement process follows a negotiated procedure with a prior call for competition, currently in the tender stage, as of August 2024. The project involves a Proof of Concept (POC) for hydraulic systems in North East London, specifically at Coppermills and Lower Hall B Water Treatment Works. Key deadlines include the tender period ending on 12 April 2024. The procurement covers areas including North East London, Ring Main, North West London, South London, and Thames Valley, enhancing the existing infrastructure to ensure the optimal supply of water, reduced leakage, and energy usage while mitigating human error risks.

This tender offers significant growth opportunities for businesses specialising in IT services, software programming, and consultancy, particularly those experienced in automation and maintenance of complex systems. Companies providing detailed design, deployment, and training services are well-suited to compete. The successful bidder will not only contribute to an essential service but also gain long-term support and maintenance contracts, with an initial tenure of up to 10 years and potential extensions up to 13 years. Such a comprehensive project can bolster the portfolio of any competent enterprise in the relevant fields, positioning them as key players in the infrastructure optimisation sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Automation of Regional Control (SCADA)

Notice Description

Thames Water (TW) are seeking to appoint a qualified bidder to automate and optimise specific aspects of our Regional SCADA system. Currently, a considerable portion of the TW operation relies on manual management by a control room. The primary objective of this sourcing event is to conduct one or two Proof of Concept (POC) for hydraulic systems located in North East London; Coppermills and Lower Hall B Water Treatment Works. 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. Subject to a successful POC, TW may decide to roll out the solution to other hydraulic systems across the estate. The roll out will be organised in sequence by five specific geographic areas; North East London (the POC), Ring Main, North West London, South London, and Thames Valley.

Lot Information

Lot 1

The successful bidder shall provide the following services to deliver the POC: - Detailed Design: Conduct a thorough assessment of how the product will be integrated within existing TW infrastructure to meet both operational and maintenance needs to optimise the POC hydraulic areas. - Develop, Test and Deploy: Deliver a centralised automation solution that addresses our specific requirements, fully tested in advance of deployment into production. - Commission and 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 solution features. - Ongoing Support: Offer post implementation technical support and maintenance services, up to 24 x 7, including regular updates and timely bug fixes.

Options: Any Agreement awarded for an initial duration of 10 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 13 years.

Renewal: Any Agreement awarded for an initial duration of 10 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 13 years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-044d4c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/027741-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

48100000 - Industry specific software package

72000000 - IT services: consulting, software development, Internet and support

72200000 - Software programming and consultancy services

Notice Value(s)

Tender Value
£6,000,000 £1M-£10M
Lots Value
£6,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 Aug 20241 years ago
Submission Deadline
12 Apr 2024Expired
Future Notice Date
Not specified
Award Date
26 Aug 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THAMES WATER UTILITIES LIMITED
Contact Name
Thames Water
Contact Email
procurement.support.centre@thameswater.co.uk
Contact Phone
Not specified

Buyer Location

Locality
READING
Postcode
RG1 8DB
Post Town
Reading
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ16 Berkshire West
Delivery Location
TLI London, TLJ South East (England)

Local Authority
Reading
Electoral Ward
Thames
Westminster Constituency
Reading Central

Supplier Information

Number of Suppliers
1
Supplier Name

SUEZ ADVANCED SOLUTIONS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-044d4c-2024-08-30T12:03:46+01:00",
    "date": "2024-08-30T12:03:46+01:00",
    "ocid": "ocds-h6vhtk-044d4c",
    "description": "This is a Contact Award Notice",
    "initiationType": "tender",
    "tender": {
        "id": "FA2147",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Automation of Regional Control (SCADA)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "Thames Water (TW) are seeking to appoint a qualified bidder to automate and optimise specific aspects of our Regional SCADA system. Currently, a considerable portion of the TW operation relies on manual management by a control room. The primary objective of this sourcing event is to conduct one or two Proof of Concept (POC) for hydraulic systems located in North East London; Coppermills and Lower Hall B Water Treatment Works. 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. Subject to a successful POC, TW may decide to roll out the solution to other hydraulic systems across the estate. The roll out will be organised in sequence by five specific geographic areas; North East London (the POC), Ring Main, North West London, South London, and Thames Valley.",
        "value": {
            "amount": 6000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The successful bidder shall provide the following services to deliver the POC: - Detailed Design: Conduct a thorough assessment of how the product will be integrated within existing TW infrastructure to meet both operational and maintenance needs to optimise the POC hydraulic areas. - Develop, Test and Deploy: Deliver a centralised automation solution that addresses our specific requirements, fully tested in advance of deployment into production. - Commission and 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 solution features. - Ongoing Support: Offer post implementation technical support and maintenance services, up to 24 x 7, including regular updates and timely bug fixes.",
                "value": {
                    "amount": 6000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 4680
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Any Agreement awarded for an initial duration of 10 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 13 years."
                },
                "secondStage": {
                    "minimumCandidates": 4,
                    "maximumCandidates": 4
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Any Agreement awarded for an initial duration of 10 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 13 years."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48100000",
                        "description": "Industry specific software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72200000",
                        "description": "Software programming and consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "Whole of the Thames Water Region"
                },
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://thameswater.smartsourceportal.com",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As detailed in the PQQ and supporting procurement documents",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "As detailed in section VI.3 and PQQ"
        },
        "submissionTerms": {
            "depositsGuarantees": "Bonds and/or parent company guarantees of performance and financial standing may be required",
            "languages": [
                "en"
            ]
        },
        "contractTerms": {
            "financialTerms": "Specified in Invitation to Negotiate (ITN) Document",
            "tendererLegalForm": "Consortia may be required to form a legal entity prior to award",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "secondStage": {
            "successiveReduction": true
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-04-12T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "reviewDetails": "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)."
    },
    "parties": [
        {
            "id": "GB-COH-02366661",
            "name": "THAMES WATER UTILITIES LIMITED",
            "identifier": {
                "legalName": "THAMES WATER UTILITIES LIMITED",
                "id": "02366661",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Reading",
                "region": "UKJ11",
                "postalCode": "RG18DB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Thames Water",
                "email": "procurement.support.centre@thameswater.co.uk",
                "url": "https://www.thameswater.co.uk/about-us/our-suppliers/procurement"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.thameswater.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "WATER",
                        "description": "Water"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-3199",
            "name": "Thames Water Utilities Limited",
            "identifier": {
                "legalName": "Thames Water Utilities Limited"
            },
            "address": {
                "locality": "Reading",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-COH-05687775",
            "name": "SUEZ Advanced Solutions UK Ltd",
            "identifier": {
                "legalName": "SUEZ Advanced Solutions UK Ltd",
                "id": "05687775",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "190 Aztec West Almondsbury",
                "locality": "Bristol",
                "region": "UKK1",
                "postalCode": "BS32 4TP",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-02366661",
        "name": "THAMES WATER UTILITIES LIMITED"
    },
    "language": "en",
    "awards": [
        {
            "id": "027741-2024-FA2147-1",
            "relatedLots": [
                "1"
            ],
            "title": "Automation of Regional Control (SCADA)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-05687775",
                    "name": "SUEZ Advanced Solutions UK Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "027741-2024-FA2147-1",
            "awardID": "027741-2024-FA2147-1",
            "title": "Automation of Regional Control (SCADA)",
            "status": "active",
            "dateSigned": "2024-08-27T00:00:00+01:00"
        }
    ]
}