Contract notice – utilities
Legal Basis:
Directive 2014/25/EU
Section I: Contracting entity
I.2)Information about joint procurementThe contract involves joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:Reference number: Project_886
II.1.2)Main CPV code48517000 IT software package
II.1.3)Type of contractSupplies
II.1.4)Short description:
The Utilities are seeking a new solution to replace the existing SCADA systems. The proposed solution, which we are calling Vision, will integrate with all existing disparate data sources (GIS, asset data, weather etc), into an integrated Azure hosted platform aligned with the utilities' cloud strategy.
II.1.5)Estimated total valueValue excluding VAT: 4 800 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)42961200 Scada or equivalent system
79711000 Alarm-monitoring services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:
The Utilities are seeking a new solution to replace the existing SCADA systems. The proposed solution, which we are calling Vision, will integrate with all existing disparate data sources (GIS, asset data, weather, etc.), into an integrated Azure hosted platform aligned with the utilities' cloud strategy. The solution will provide the capability to perform insight and predictive analytics for network situational awareness, alarm monitoring and resolution, scenario generation and forecasting to manage the operations and control of assets more effectively. The successful delivery and implementation of the new Vision platform will form a cornerstone of our emerging asset intelligence strategy and programme.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 4 800 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 60
This contract is subject to renewal: yes
Description of renewals:
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
As identified in the procurement documents.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureNegotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 21/09/2020
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
Participants should refer to the instructions to participants for the timetable for responding to the pre-qualification questionnaire. There is no guarantee that a candidate will be invited to tender. STW and HD are not bound to enter into agreements with any party. There is no contractual right (express or implied) which arises from this notice or the procurement process. Response to this notice, the submission of a response to the PQQ, submission of tenders and/or participation in the procurement process is at the candidates own costs and expense. There is no guarantee of spend under the contract. RFP response form and term and conditions will be released in August.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Severn Trent Water Ltd
Postal address: 2 St Johns Street
Town: Coventry
Postal code: CV1 2LJ
Country: United Kingdom
VI.5)Date of dispatch of this notice:24/08/2020