Data Analysis Services Tender
The Technology and Innovation provider will provide industry leading services which identifies and implements strategies to convert data to management information.
UK-Reading: Data analysis services
2013/S 020-031632
Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
Thames Water Utilities Limited
Procurement Support Centre – 3rd Floor East, c/o Mail Room, Rose Kiln Court
RG2 0BY Reading
UNITED KINGDOM
E-mail: procurement.support.centre@thameswater.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Whole of Thames Water region within the UK.
NUTS code
The Technology and Innovation provider will provide industry leading services which identifies and implements strategies to convert data to management information, which in turn will enable the identification of innovation opportunities for the Alliance, across Thames Water’s capital programme. The provider will convert existing Thames Water data into management information, and propose new, ‘data to information’ technology to better inform investment decisions from the capital programme. Current asset related data and processes are to be analysed in order to identify asset management opportunities, recommend potential solutions, and identify future programmes that will deliver value for the Alliance and Thames Water’s customers. A core requirement is to enable and facilitate a step change improvement in capital investment and asset management decision making, and creation of long term value.
The T&I will take a forward view of technology deployments through AMP6 & 7 to further improve system performance and provide appropriate information for ongoing Thames Water and Alliance decision making. This includes the identification and provision of new data sets and conversion to information, to support the selection and deployment of new and innovative solutions in capital delivery and asset management. These may include but are not limited to, innovations around:
1. Smart metering;
2. Efficiencies in treatment processes;
3. Application of nanotechnology for energy production;
4. End user education;
5. Underground asset mapping;
6. Sustainable abstraction;
7. Environmental pollution prevention;
8. Network and process control changes and automation;
9. Dynamic modelling and real time decision making;
10. Network operation and management.
72316000, 79411100, 79415200, 72310000, 72322000, 72222100
Description of these options: Any agreement awarded would be for an initial duration of 2 years, with options to extend for 5 years, up to a maximum overall term of 12 years.
Provisional timetable for recourse to these options:
in months: 144 (from the award of the contract)
Section III: Legal, economic, financial and technical information
Description of particular conditions: Specified in the invitation to negotiate.
Section IV: Procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
Payable documents: no
Section VI: Complementary information
All suppliers who wish to respond to this OJEU notice to indicate their interest in the tender, must request a ‘pre-qualification questionnaire’ (PQQ) document. The PQQ will be available from 1.2.2013 and must be requested via email from procurement.support.centre@thameswater.co.uk
The PQQ must be completed and returned by the deadline of 9:00 hrs 13.2.2013.
Further instructions for bidders are within the PQQ.
The current approximate programme is:
a) tender issue on 19.2.2013 for return on 4.3.2013.
b) behavioural assessment starting 18.3.2013.
Variants will be accepted, if submitted in addition to a compliant bid.
We intend to invite up to, but not limited to, 3 respondents to tender for this contract. Weighted selection criteria will be used to evaluate the responses to the PQQ, as set out in the PQQ:
Contracts will be under English law.
General.
Thames Water Utilities Limited reserves the right to require further information or clarification from an applicant before considering its response.
Thames Water Utilities Limited reserves the right to exclude an applicant from the procurement process if it is subsequently determined that any information supplied was inaccurate, incomplete or untrue and was relied on for selection purposes.
Thames Water Utilities Limited reserves the right to make no award as a result of this procurement process. Except for the contract, if any, concluded with the successful tenderer, nothing in the procurement process shall create a contract, whether express or implied, between Thames Water Utilities Limited and any applicant.
Thames Water Utilities Limited (including its employees and advisers) does not make any representations, warranties or other commitments, whether express or implied, in relation to the accuracy, adequacy or completeness of the information provided to applicants in this Contact Notice or otherwise in connection with this tender, except as may be specifically agreed in any contract concluded at the end of this tender process.
Thames Water Utilities Limited may disclose any information if required to do so by any applicable laws or regulations (including but not limited to, the Environmental Information Regulations 2004 and the Freedom of Information Act 2000, to the extent that these may now or in the future apply to Thames Water Utilities Limited), any requirements or guidelines of any competent regulatory body, and any order of any court of competent jurisdiction.
General.
Thames Water operates an ongoing risk management approach with regard to the economic and financial capacity of its suppliers. Information will be obtained either from the supplier or an externally recognized provider. Information will be gathered upon commencement of the process and over the duration of the contract period.
Respondents should note that this process might require references to be provided and verified, attendances at meetings, talks and presentations at no cost to Thames Water.
Thames Water Utilities Limited reserves the right to award no contract(s) as a result of this award procedure. Except for the contract, if any, concluded with successful tenderer(s), nothing in the procurement process shall create a contract, whether express or implied, between Thames Water Utilities Limited and any applicant.
Any agreement resulting from this contract notice may be modified to include further similar requirements at any site under the management of Thames Water Utilities Limited or its associated companies.
This contract notice does not preclude Thames Water Utilities Limited or its associated companies from issuing other contract notices for specific requirements from time to time.
Thames Water Utilities Limited (including its employees and advisors) does not make any representations, warranties or other commitments, whether express or implied, in relation to the accuracy, adequacy or completeness of the information provided to applicants in this Contract Notice or otherwise in connection with this tender, except as may be specifically agreed in any contract concluded at the end of this tender process.
The Utilities Contracts Regulations (SI 2006 No 6) 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)Date of dispatch of this notice:25.1.2013