Hysbysiad contract - cyfleustodau
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
THAMES WATER UTILITIES LIMITED
02366661
Reading
RG18DB
UK
Person cyswllt: Thames Water
E-bost: procurement.support.centre@thameswater.co.uk
NUTS: UKJ11
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.thameswater.co.uk
I.3) Cyfathrebu
Mae mynediad at y dogfennau caffael yn gyfyngedig. Gellir cael rhagor o wybodaeth yn:
https://www.thameswater.co.uk/about-us/our-suppliers/procurement
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
http://thameswater.smartsourceportal.com
I.6) Prif weithgaredd
Dŵr
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Automation of Regional Control (SCADA)
Cyfeirnod: FA2147
II.1.2) Prif god CPV
72000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 6 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
48100000
72200000
II.2.3) Man cyflawni
Cod NUTS:
UKI
UKJ
Prif safle neu fan cyflawni:
Whole of the Thames Water Region
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 6 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 156
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
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.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Y nifer o gyfranogwyr a ragwelir: 4
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Ydy
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
Any agreement awarded would be for an initial 10 years with set break clauses to potentially not procced to the next roll out phase and with options to extend annually up to a maximum of 13 years. The break clauses may be activated is outlined below;
- Following proof of concept delivery
- At the end of each phase
- After ten (10) years
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
As detailed in the PQQ and supporting procurement documents
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan
As detailed in section VI.3 and PQQ
III.1.6) Adneuon a gwarantau sy’n ofynnol:
Bonds and/or parent company guarantees of performance and financial standing may be required
III.1.7) Prif amodau cyllido a threfniadau talu a/neu gyfeiriad at y darpariaethau perthnasol sy’n eu llywodraethu:
Specified in Invitation to Negotiate (ITN) Document
III.1.8) Ar ba ffurf gyfreithiol y bydd y gr?p o weithredwyr economaidd y caiff y contract ei ddyfarnu iddynt:
Consortia may be required to form a legal entity prior to award
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
negodi gyda galwad am gystadleuaeth
IV.1.4) Gwybodaeth am leihau nifer yr atebion neu’r tendrwyr yn ystod negodiad neu ddeialog
Troi at weithdrefn fesul cam er mwyn mynd ati’n raddol i leihau nifer yr atebion i’w trafod neu’r tendrau i’w negodi
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
12/04/2024
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Thames Water Utilities Limited
Reading
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
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).
VI.5) Dyddiad anfon yr hysbysiad hwn
26/03/2024