Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Westminster City Council
64 Victoria Street
London
SW1E 6QP
UK
Contact person: Jade Peek
E-mail: jpeek@westminster.gov.uk
NUTS: UKI
Internet address(es)
Main address: https://wcc.ukp.app.jaggaer.com
Address of the buyer profile: www.westminster.gov.uk
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://wcc.ukp.app.jaggaer.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://wcc.ukp.app.jaggaer.com
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
850000.00
II.1.2) Main CPV code
72263000
II.1.3) Type of contract
Services
II.1.4) Short description
This opportunity is being procured via the Crown Commercial Service Spark DPS (RM6094). Therefore to be able to submit a tender, you must be registered as a supplier on the DPS. Please note that this can take up to 15 days;
* Please register on the DPS by following the below link by 5pm (UK time) on Friday 11th April 2025. https://supplierregistration.cabinetoffice.gov.uk/organisation/register
* Register on Westminster City Council's eProcurement system Jaggaer https://wcc.ukp.app.jaggaer.com
* Westminster City Council will pull a shortlist on Wednesday 7th May based on the Spark DPS registered suppliers. Please note that it is the Supplier's responsibility to ensure that they are registered on the DPS and showing live prior to this date.
* All shortlisted suppliers will be added to the opportunity and able to view and submit a bid.
Westminster City Council (WCC) is looking to develop its next generation, strategic data platform, to underpin its reporting, analytics, AI and personalisation goals. The platform will leverage Snowflake as its core data warehouse, likely supported by a range of other products and services. The programme of work will involve consolidation of a range of existing data platforms through migration activities, as well as identifying and processing new datasets to fuel new data products.
The programme will likely involve several phases. In first instance, the contract will focus on Phase One, covering delivery items related to the Data hub and Data deliverables. Future phases, that are in scope, will be subject to variations throughout the contract term, as and when required as the programme progresses and subject to budget approval.
Phase One:
The initial phase will be to design the new data warehouse environment, then migrate and refactor the existing corporate data warehouse. It will involve discovery and analysis around the data sets, privacy considerations, etc. of the data held in the existing Microsoft SQL Server environment. These datasets and their data pipelines will need to be migrated onto the Snowflake environment. Downstream dependencies such as Power BI dashboards will need to be repointed and if necessary, redesigned. Importantly, this will require extensive refactoring. For example, ingestion may move from SQL Server Integration Services (SSIS) to Azure Data Factory (ADF) and the overall architectural pattern will move from ETL to ELT. The migration is therefore not a “lift and shift” migration. However, the scope will be limited to datasets currently processed into the existing CDW.
It should be noted that the advertised estimated budget of up to £3.87million represents the full potential project and is subject to further budgetary approval. The initial Phase One budget is up to £850,000.00. Further phases and additional expenditure will be confirmed as the programme progresses and are discretionary, subject to both budgetary approval and the requirements of the council, therefore not guaranteed to the supplier.
II.1.5) Estimated total value
Value excluding VAT:
3 870 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This opportunity is being procured via the Crown Commercial Service Spark DPS (RM6094). Therefore to be able to submit a tender, you must be registered as a supplier on the DPS. Please note that this can take up to 15 days;
* Please register on the DPS by following the below link by 5pm (UK time) on Friday 11th April 2025. https://supplierregistration.cabinetoffice.gov.uk/organisation/register
* Register on Westminster City Council's eProcurement system Jaggaer https://wcc.ukp.app.jaggaer.com
* Westminster City Council will pull a shortlist on Wednesday 7th May based on the Spark DPS registered suppliers. Please note that it is the Supplier's responsibility to ensure that they are registered on the DPS and showing live prior to this date.
* All shortlisted suppliers will be added to the opportunity and able to view and submit a bid.
Westminster City Council (WCC) is looking to develop its next generation, strategic data platform, to underpin its reporting, analytics, AI and personalisation goals. The platform will leverage Snowflake as its core data warehouse, likely supported by a range of other products and services. The programme of work will involve consolidation of a range of existing data platforms through migration activities, as well as identifying and processing new datasets to fuel new data products.
The programme will likely involve several phases. In first instance, the contract will focus on Phase One, covering delivery items related to the Data hub and Data deliverables. Future phases, that are in scope, will be subject to variations throughout the contract term, as and when required as the programme progresses and subject to budget approval.
Phase One:
The initial phase will be to design the new data warehouse environment, then migrate and refactor the existing corporate data warehouse. It will involve discovery and analysis around the data sets, privacy considerations, etc. of the data held in the existing Microsoft SQL Server environment. These datasets and their data pipelines will need to be migrated onto the Snowflake environment. Downstream dependencies such as Power BI dashboards will need to be repointed and if necessary, redesigned. Importantly, this will require extensive refactoring. For example, ingestion may move from SQL Server Integration Services (SSIS) to Azure Data Factory (ADF) and the overall architectural pattern will move from ETL to ELT. The migration is therefore not a “lift and shift” migration. However, the scope will be limited to datasets currently processed into the existing CDW.
It should be noted that the advertised estimated budget of up to £3.87million represents the full potential project and is subject to further budgetary approval. The initial Phase One budget is up to £850,000.00. Further phases and additional expenditure will be confirmed as the programme progresses and are discretionary, subject to both budgetary approval and the requirements of the council, therefore not guaranteed to the supplier.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
3 870 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
18/08/2025
End:
17/08/2028
This contract is subject to renewal: Yes
Description of renewals:
The initial Phase One budget is up to £850,000.00 and covers year one of the contract. Further phases and additional expenditure will be confirmed as the programme progresses and are discretionary, subject to both budgetary approval and the requirements of the council, therefore not guaranteed to the supplier. There are 2 x optional 12 month extensions based on the above.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
29/05/2025
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
08/05/2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
This opportunity is being procured via the Crown Commercial Service Spark DPS (RM6094). Therefore to be able to submit a tender, you must be registered as a supplier on the DPS. Please note that this can take up to 15 days;
* Please register on the DPS by following the below link by 5pm (UK time) on Friday 11th April 2025. https://supplierregistration.cabinetoffice.gov.uk/organisation/register
* Register on Westminster City Council's eProcurement system Jaggaer https://wcc.ukp.app.jaggaer.com
* Westminster City Council will pull a shortlist on Wednesday 7th May based on the Spark DPS registered suppliers. Please note that it is the Supplier's responsibility to ensure that they are registered on the DPS and showing live prior to this date.
* All shortlisted suppliers will be added to the opportunity and able to view and submit a bid.
This opportunity and all associated procurement documents will be accessible to all shortlisted suppliers via our City of Westminster Procurement and Contracts portal ("the Portal"), kindly visit https://wcc.ukp.app.jaggaer.com and search for the following reference: ITT_30323. If you have any questions, please submit these through the portal.
Our portal is free to register on.
To view details of the Opportunity via the Portal please click the following link and click on Opportunities: https://wcc.ukp.app.jaggaer.com
Or browse as follows:
- Connect to https://wcc.ukp.app.jaggaer.com
- Enter your Username and Password
- Go to Published Opportunities
- Click on the Project Title to view details
VI.4) Procedures for review
VI.4.1) Review body
The High Court of Justice
The Royal Court of Justice, The Strand
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures:
In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period) and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).
VI.5) Date of dispatch of this notice
08/04/2025