Tender

prj_7089 - Energy Management and Optimisation System (EMOS)

SOUTHERN WATER SERVICES LIMITED

This public procurement record has 3 releases in its history.

TenderUpdate

14 Jan 2026 at 13:17

Tender

14 Jan 2026 at 10:27

Planning

01 May 2025 at 11:33

Summary of the contracting process

Southern Water Services Limited (SWS), located in Worthing, UK, is actively engaging in a procurement process for a new Energy Management and Optimisation System (EMOS), with a focus on energy and environmental management services. As part of the tender process, SWS aims to acquire an EMOS with capabilities like Portfolio Management, Tariff Management, and various data integration features essential for achieving ISO 50001 certification. The procurement follows the Competitive Flexible Procedure under the Procurement Act 2023, with a structured timeline that concludes with award decisions by 15th September 2026. Interested parties must engage in stages including a Pre-Qualification Questionnaire (PQQ), Invitation to Tender (ITT), and a Demo phase, with the deadline for tender submissions set for 13th February 2026.

This tender presents a significant business opportunity for companies specialising in energy management and IT services, given its broad requirements covering technical consultancies and data management applications to software development and support services. With an estimated contract value of £6,500,000, suppliers with strong capabilities in implementing extensive software systems, especially in energy optimisation and integration with IoT sensors, are well-suited to benefit. This opportunity also favours businesses that can offer innovative solutions with optional features like machine learning or AI chatbot functionality to further enhance their competitive edge. Potential bidders must be registered on the Jaggaer e-sourcing portal to participate.

How relevant is this notice?

Notice Information

Notice Title

prj_7089 - Energy Management and Optimisation System (EMOS)

Notice Description

Southern Water Services Limited (SWS) are looking to procure an Energy Management and Optimisation System (EMOS). The following features and capabilities are considered mandatory for the new EMOS solution being subject of this procurement: * Portfolio Management * Sorting and Grouping Functionality * Tariff Management * Invoice Management * Historical Energy Data Storage * AMR Meter Data Receiving Capability * API Capability * Budgeting, Forecasting, and Accruals Capability * Dashboarding and Data Visualisation Tools * Portfolio Benchmarking, Energy Data Analysis, and Automated Exception Monitoring * Energy Reporting Functionality * Access, Performance, and Interface Features The following features are considered non-mandatory for the new EMOS solution being subject of this procurement. Tenderers are encouraged to outline any advanced capabilities within the appropriate response envelope for evaluation. However, the absence of these features will not result in disqualification from the tender process. * Predictive Analytics & Machine Learning * Integrated Digital Mapping Service * Dashboard Sharing * Mobile Accessibility * Weather (Rainfall) Data Capture * Carbon Reporting * Fleet Data Capture * Renewable PPA Management * AI Chatbot Functionality * Demand Response and Load Shifting * Integration with Onsite Renewables & Storage for Cost Optimisation * Real-Time Energy Optimisation * EV Charging and Smart Grid Integration * Integration with IoT Sensors * Energy Market Participation * Water Consumption Management The following associated services are mandatory for the new EMOS service provider to deliver as part of the scope of this project. * Implementation Support * Ongoing Support and Maintenance * Change Management The following associated services are considered non-mandatory for the new EMOS service provider to deliver. Tenderers are encouraged to outline their service capabilities within the appropriate response envelope for evaluation. However, the absence of these capabilities will not result in disqualification from the tender process. * Invoice Validation Service * Bureau Service SWS intends to achieve ISO 50001 certification during the initial term of the contract and expects the EMOS to play a foundational role. More details about the scope of the project and SWS's requirements are available in the tender documentation.

Lot Information

Lot 1

Renewal: We anticipate an implementation period commencing on the contract start date of 28/09/2026. The EMOS service start date is expected to be 01/03/2027. The initial term for the EMOS service is five years. The contract may then be extended by a period or periods totalling nine years and one month.

Planning Information

We’ve started the pre-market engagement process via our internal market analysis work. Suppliers interested in this opportunity can engage with SWS via the email provided. Initial Teams meeting to discuss SWS’ requirements in more details can be organised on request. Information from the pre-market engagement process will be used to design the tender strategy and timescales.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050b50
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003099-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

09 - Petroleum products, fuel, electricity and other sources of energy

32 - Radio, television, communication, telecommunication and related equipment

48 - Software package and information systems

66 - Financial and insurance services

71 - Architectural, construction, engineering and inspection services

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

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

09300000 - Electricity, heating, solar and nuclear energy

09310000 - Electricity

32573000 - Communications control system

48610000 - Database systems

48611000 - Database software package

48612000 - Database-management system

48613000 - Electronic data management (EDM)

66140000 - Portfolio management services

71314000 - Energy and related services

71314200 - Energy-management services

71314300 - Energy-efficiency consultancy services

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

72227000 - Software integration consultancy services

72261000 - Software support services

72300000 - Data services

72322000 - Data management services

90710000 - Environmental management

90714100 - Environmental information systems

Notice Value(s)

Tender Value
£6,500,000 £1M-£10M
Lots Value
£6,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Jan 20265 days ago
Submission Deadline
13 Feb 20264 weeks to go
Future Notice Date
30 May 2025Expired
Award Date
Not specified
Contract Period
27 Sep 2026 - 29 Feb 2032 Over 5 years
Recurrence
Not specified

Notice Status

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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
SOUTHERN WATER SERVICES LIMITED
Contact Name
Tanzim Nabil
Contact Email
tanzimaquib.nabil@southernwater.co.uk
Contact Phone
+447510380168

Buyer Location

Locality
WORTHING
Postcode
BN13 3NX
Post Town
Brighton
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ2 Surrey, East and West Sussex
Small Region (ITL 3)
TLJ27 West Sussex (South West)
Delivery Location
TLJ South East (England), TLJ2 Surrey, East and West Sussex, TLJ3 Hampshire and Isle of Wight, TLJ4 Kent

Local Authority
Worthing
Electoral Ward
Northbrook
Westminster Constituency
Worthing West

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-050b50-2026-01-14T13:17:42Z",
    "date": "2026-01-14T13:17:42Z",
    "ocid": "ocds-h6vhtk-050b50",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PBJQ-2231-ZRPG",
            "name": "Southern Water Services Limited",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBJQ-2231-ZRPG"
            },
            "address": {
                "streetAddress": "Southern Water, Southern House",
                "locality": "Worthing",
                "postalCode": "BN13 3NX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ27"
            },
            "contactPoint": {
                "name": "Tanzim Nabil",
                "email": "TanzimAquib.Nabil@southernwater.co.uk",
                "telephone": "+447510380168"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.southernwater.co.uk",
                "classifications": [
                    {
                        "id": "privateUtility",
                        "scheme": "UK_CA_TYPE",
                        "description": "Private utility"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PBJQ-2231-ZRPG",
        "name": "Southern Water Services Limited"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "We've started the pre-market engagement process via our internal market analysis work. Suppliers interested in this opportunity can engage with SWS via the email provided. Initial Teams meeting to discuss SWS' requirements in more details can be organised on request. Information from the pre-market engagement process will be used to design the tender strategy and timescales.",
                "dueDate": "2025-05-30T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "018391-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/018391-2025",
                "datePublished": "2025-05-01T12:33:41+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "Prj_7089",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "prj_7089 - Energy Management and Optimisation System (EMOS)",
        "description": "Southern Water Services Limited (SWS) are looking to procure an Energy Management and Optimisation System (EMOS). The following features and capabilities are considered mandatory for the new EMOS solution being subject of this procurement: * Portfolio Management * Sorting and Grouping Functionality * Tariff Management * Invoice Management * Historical Energy Data Storage * AMR Meter Data Receiving Capability * API Capability * Budgeting, Forecasting, and Accruals Capability * Dashboarding and Data Visualisation Tools * Portfolio Benchmarking, Energy Data Analysis, and Automated Exception Monitoring * Energy Reporting Functionality * Access, Performance, and Interface Features The following features are considered non-mandatory for the new EMOS solution being subject of this procurement. Tenderers are encouraged to outline any advanced capabilities within the appropriate response envelope for evaluation. However, the absence of these features will not result in disqualification from the tender process. * Predictive Analytics & Machine Learning * Integrated Digital Mapping Service * Dashboard Sharing * Mobile Accessibility * Weather (Rainfall) Data Capture * Carbon Reporting * Fleet Data Capture * Renewable PPA Management * AI Chatbot Functionality * Demand Response and Load Shifting * Integration with Onsite Renewables & Storage for Cost Optimisation * Real-Time Energy Optimisation * EV Charging and Smart Grid Integration * Integration with IoT Sensors * Energy Market Participation * Water Consumption Management The following associated services are mandatory for the new EMOS service provider to deliver as part of the scope of this project. * Implementation Support * Ongoing Support and Maintenance * Change Management The following associated services are considered non-mandatory for the new EMOS service provider to deliver. Tenderers are encouraged to outline their service capabilities within the appropriate response envelope for evaluation. However, the absence of these capabilities will not result in disqualification from the tender process. * Invoice Validation Service * Bureau Service SWS intends to achieve ISO 50001 certification during the initial term of the contract and expects the EMOS to play a foundational role. More details about the scope of the project and SWS's requirements are available in the tender documentation.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71314200",
                        "description": "Energy-management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71314000",
                        "description": "Energy and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90710000",
                        "description": "Environmental management"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90714100",
                        "description": "Environmental information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66140000",
                        "description": "Portfolio management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48612000",
                        "description": "Database-management system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72261000",
                        "description": "Software support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "09310000",
                        "description": "Electricity"
                    },
                    {
                        "scheme": "CPV",
                        "id": "09300000",
                        "description": "Electricity, heating, solar and nuclear energy"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48610000",
                        "description": "Database systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48611000",
                        "description": "Database software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48613000",
                        "description": "Electronic data management (EDM)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72227000",
                        "description": "Software integration consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72322000",
                        "description": "Data management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32573000",
                        "description": "Communications control system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71314300",
                        "description": "Energy-efficiency consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ4",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ2",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ4",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ2",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ4",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ2",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "services",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-09-28T00:00:00+01:00",
                    "endDate": "2032-02-29T23:59:59+00:00",
                    "maxExtentDate": "2041-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 6500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "PQQ-Technical",
                            "description": "As per the tender documentation available in the sourcing portal, Jaggaer, please note that the PQQ is the first stage of the tender. Further stages (ITT and Demo), along with their award criteria, will be announced to qualified bidders in due course.",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "PQQ-Technical",
                            "description": "As per the tender documentation available in the sourcing portal, Jaggaer, please note that the PQQ is the first stage of the tender. Further stages (ITT and Demo), along with their award criteria, will be announced to qualified bidders in due course.",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As per PQQ-Q questions"
                        },
                        {
                            "type": "technical",
                            "description": "As per PQQ-T questions"
                        },
                        {
                            "type": "economic",
                            "description": "As per PQQ-Q questions"
                        },
                        {
                            "type": "technical",
                            "description": "As per PQQ-T questions"
                        }
                    ]
                },
                "renewal": {
                    "description": "We anticipate an implementation period commencing on the contract start date of 28/09/2026. The EMOS service start date is expected to be 01/03/2027. The initial term for the EMOS service is five years. The contract may then be extended by a period or periods totalling nine years and one month."
                }
            }
        ],
        "status": "active",
        "value": {
            "amountGross": 6500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Southern Water Services Limited (SWS) will conduct this procurement under the Competitive Flexible Procedure, as defined in the Procurement Act 2023. This approach enables a streamlined and adaptable process designed to ensure compliance while promoting fair competition and market engagement. The procurement will follow a three-stage process. Tenderers will be required to complete a Pre-Qualification Questionnaire (PQQ), which sets out Southern Water's standard mandatory requirements for tendering relating to (but not limited to) Tenderers' legal and financial capacity, as well as their basic capability to deliver the contract. The PQQ establishes the minimum Conditions of Participation. There is an additional scored technical section within the PQQ. The PQQ envelope clearly identifies any questions that may result in exclusion from the process. SWS will take a maximum of five top-scoring Tenderers through to the next stage of the process. The Invitation to Tender (ITT) will be the second stage of the procurement process. It will consist of Technical and Commercial envelopes. Details of the ITT, including the questions, evaluation criteria, and the weightings of the envelopes, will be published to the qualified Tenderers at the start of the ITT stage. The top two scoring Tenderers from the ITT stage will be invited to a two-step Demo stage. Details of this stage, including the demo tasks, will also be published at the start of the ITT stage to all Tenderers that qualify for the ITT stage. The entire procurement process will be conducted electronically via Southern Water's e-sourcing platform, Jaggaer: https://southernwater.ukp.app.jaggaer.com Tenderers must be registered on: * Jaggaer e-sourcing portal * Central Digital Platform, as required under the Procurement Act 2023"
        },
        "submissionMethodDetails": "The procurement documents are available for unrestricted and full direct access, free of charge, at https://southernwater.ukp.app.jaggaer.com/ Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://southernwater.ukp.app.jaggaer.com/ Tenders or requests to participate must be submitted to the above-mentioned address If you are interested in bidding for this tender, please be aware that you will need to have registered on the central digital platform before you will be able to bid. This will require you to complete some information and then you will be provided with a unique identifier. For more information on how to register, please follow the below link: https://www.gov.uk/government/publications/procurement-act-2023-short-guides/suppliers-how-to-register-your-organisation-and-first-administrator-on-find-a-tender-in-three-easy-steps-html",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-13T16:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-01-30T16:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-09-15T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "The tender documentation will be published on the e-sourcing platform, Jaggaer: https://southernwater.ukp.app.jaggaer.com/ Further documentation uploads will follow the procedure outlined in the tender pack."
            },
            {
                "id": "002977-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/002977-2026",
                "datePublished": "2026-01-14T10:27:11Z",
                "format": "text/html"
            },
            {
                "id": "003099-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/003099-2026",
                "datePublished": "2026-01-14T13:17:42Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}