Tender

Digital Twin of Water Treatment Works

THAMES WATER UTILITIES LIMITED

This public procurement record has 1 release in its history.

Tender

01 May 2024 at 13:48

Summary of the contracting process

Thames Water Utilities Limited has issued an active tender titled "Digital Twin of Water Treatment Works" under the services category. The procurement process involves developing a Water Treatment Works Digital Twin solution as a proof-of-concept, aimed at enhancing operational efficiency and productivity across key facilities within Thames Water's estate. The tender has a contract value of £2,000,000 and a contract period of 1800 days with potential renewals up to a maximum of five years. The procurement method is selective, utilizing a negotiated procedure with prior call for competition. The tender period ends on 17th May 2024, with potential business opportunities for firms in IT services providing consulting, software development, Internet, and support.

The procurement stage is currently in the tender phase, with interested bidders required to request a pre-qualification questionnaire (PQQ) from Thames Water's Procurement Support Centre. The tender allows for a minimum of 5 and a maximum of 5 second-stage candidates, with options for renewal and a standstill period post-award decision. Businesses specialising in industry-specific software packages, software programming, and consultancy services could be well-suited to compete for this tender. The opportunity presents potential for business growth by enabling firms to showcase innovation in the development of a digital twin solution tailored to address site-specific challenges, drive cost efficiencies, and deliver measurable returns on investment for Thames Water's water treatment operations.

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

Digital Twin of Water Treatment Works

Notice Description

Thames Water (TW) are seeking a qualified bidder to provide a Water Treatment Works Digital Twin (WTW DT) solution as a proof-of-concept. It is expected that the solution will enhance our organisation's operational efficiency, streamline processes, and improve overall productivity allowing it to be implement at key facilities across the estate. The DT will identify gaps in efficiencies and recommend process interventions to reduce these gaps, with an aim of delivering an ROI for the proof-of-concept of

Lot Information

Lot 1

Development of a digital twin, as a proof-of-concept project, at Chingford WTW: - Optimise efficiency across the whole site - source to pumps. Optimisation will be in the form of recommendations for operators to conduct on a day-to-day basis, driving down costs in areas such as power and consumeables - The digital twin solution will mimic the physical asset to allow what-if analysis, running hypothetical scenarios to understand how the physical treatment work will operate under certain conditions - The tool should integrate advances in innovation and machine learning to help Thames in becoming more proactive: identifying changing trends that wouldn't be possible manually and outputting a preventative response to mitigate emerging events - The digital twin should be adaptable so that it can be tailored to help solve site-specific challenges, example at Chingford algae and pH control - The product should be able to assist in the quantification of benefits it delivers enabling ROI calculations to be drawn which will inform scalability

Options: Any Agreement awarded for an initial duration of three 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 five years.

Renewal: Any Agreement awarded for an initial duration of three 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 five years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-045695
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/014079-2024
Current Stage
Tender
All Stages
Tender

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
Not specified

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
£2,000,000 £1M-£10M
Lots Value
£2,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 May 20241 years ago
Submission Deadline
17 May 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

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

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-045695-2024-05-01T14:48:57+01:00",
    "date": "2024-05-01T14:48:57+01:00",
    "ocid": "ocds-h6vhtk-045695",
    "description": "All suppliers who wish to respond to this contract notice must request a pre-qualification questionnaire (PQQ) by using the web link in Section I.3 (www.thameswater.co.uk/procurement). From your response to the link in Section I.3 or above, Thames Water's Procurement Support Centre will send you an email providing login details for our eSourcing system (i.e. IASTA Smartsource). To complete the PQQ you will need to login to IASTA Smartsource. If the project requires it, you will receive an additional and separate survey to complete for Data Protection. Note - The client may be Thames Water Utilities Limited or another company within the Kemble Water group structure",
    "initiationType": "tender",
    "tender": {
        "id": "FA2150",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Digital Twin of Water Treatment Works",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "Thames Water (TW) are seeking a qualified bidder to provide a Water Treatment Works Digital Twin (WTW DT) solution as a proof-of-concept. It is expected that the solution will enhance our organisation's operational efficiency, streamline processes, and improve overall productivity allowing it to be implement at key facilities across the estate. The DT will identify gaps in efficiencies and recommend process interventions to reduce these gaps, with an aim of delivering an ROI for the proof-of-concept of",
        "value": {
            "amount": 2000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Development of a digital twin, as a proof-of-concept project, at Chingford WTW: - Optimise efficiency across the whole site - source to pumps. Optimisation will be in the form of recommendations for operators to conduct on a day-to-day basis, driving down costs in areas such as power and consumeables - The digital twin solution will mimic the physical asset to allow what-if analysis, running hypothetical scenarios to understand how the physical treatment work will operate under certain conditions - The tool should integrate advances in innovation and machine learning to help Thames in becoming more proactive: identifying changing trends that wouldn't be possible manually and outputting a preventative response to mitigate emerging events - The digital twin should be adaptable so that it can be tailored to help solve site-specific challenges, example at Chingford algae and pH control - The product should be able to assist in the quantification of benefits it delivers enabling ROI calculations to be drawn which will inform scalability",
                "value": {
                    "amount": 2000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Any Agreement awarded for an initial duration of three 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 five years."
                },
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Any Agreement awarded for an initial duration of three 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 five years."
                },
                "status": "active"
            }
        ],
        "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"
                    }
                ],
                "deliveryLocation": {
                    "description": "Whole of the Thames Water Region"
                },
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://thameswater.smartsourceportal.com/",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "As detailed in section VI.3 & PQQ.",
            "requiresStaffNamesAndQualifications": true
        },
        "submissionTerms": {
            "depositsGuarantees": "Bonds and/or parent company guarantees of performance and financial standing may be required",
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "contractTerms": {
            "financialTerms": "Specified in Invitation to Negotiate 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",
        "tenderPeriod": {
            "endDate": "2024-05-17T12:00:00+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/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"
            ]
        }
    ],
    "buyer": {
        "id": "GB-COH-02366661",
        "name": "THAMES WATER UTILITIES LIMITED"
    },
    "language": "en"
}