Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

850000.00

  • First published: 14 April 2025
  • Last modified: 14 April 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04fe91
Published by:
Westminster City Council
Authority ID:
AA0062
Publication date:
14 April 2025
Deadline date:
29 May 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
72263000 Software implementation services Software-related services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
jpeek@westminster.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.