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 Award Notice

IT Services: Consulting, Software Development, Internet and Support

  • First published: 07 August 2020
  • Last modified: 07 August 2020

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)

Contents

Summary

OCID:
Published by:
Thames Water Utilities Ltd
Authority ID:
AA77187
Publication date:
07 August 2020
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

IT consultancy services — create digital product teams that deliver new assets into Thames Water. The team may need to be present for the entire life cycle of a product, or specific stages. Undertake knowledge transfer to our in house teams.

Full notice text

Contract award notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Thames Water Utilities Ltd

Procurement Support Centre — 3rd Floor East, C/O Mail Room, Rose Kiln Court

Reading

RG2 0BY

UK

E-mail: procurement.support.centre@thameswater.co.uk

NUTS: UKJ11

Internet address(es)

Main address: www.thameswater.co.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

IT Services: Consulting, Software Development, Internet and Support

Reference number: FA1407

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Information technology consultancy services — this project covers the implementation of framework agreements for digital delivery services for information technology for Thames Water estate during Amp 7. Activities include deployment of resources, advice, innovating IT solutions, knowledge transfer and supporting Thames Water business objectives and outcomes. We are looking for SME and non SME applicants.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Lowest offer:   / Highest offer:  

II.2) Description

Lot No: 1

II.2.1) Title

IT Consultancy Services ‘Digital Development’

II.2.2) Additional CPV code(s)

72000000

71621000

72100000

72110000

72130000

72200000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of the Thames Water region.

II.2.4) Description of the procurement

IT consultancy services — create digital product teams that deliver new assets into Thames Water. The team may need to be present for the entire life cycle of a product, or specific stages. Undertake knowledge transfer to our in house teams.

II.2.11) Information about options

Options: Yes

Description of options:

Agreement would be awarded for initial duration of 3 years with options to extend annually to a maximum of 8 years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

IT Consultancy Services ‘Digital Development’

II.2.2) Additional CPV code(s)

72000000

71621000

72100000

72110000

72130000

72200000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of the Thames Water region.

II.2.4) Description of the procurement

IT consultancy services — create digital product teams that deliver new assets into Thames Water. The team may need to be present for the entire life cycle of a product, or specific stages. Undertake knowledge transfer to our in house teams.

II.2.11) Information about options

Options: Yes

Description of options:

Agreement would be awarded for initial duration of 3 years with options to extend annually to a maximum of 8 years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

IT Consultancy Services ‘Digital Development’

II.2.2) Additional CPV code(s)

72000000

71621000

72100000

72110000

72130000

72200000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of the Thames Water region.

II.2.4) Description of the procurement

IT consultancy services — create digital product teams that deliver new assets into Thames Water. The team may need to be present for the entire life cycle of a product, or specific stages. Undertake knowledge transfer to our in house teams.

II.2.11) Information about options

Options: Yes

Description of options:

Agreement would be awarded for initial duration of 3 years with options to extend annually to a maximum of 8 years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

IT Consultancy Services ‘Digital Development’

II.2.2) Additional CPV code(s)

72000000

71621000

72100000

72110000

72130000

72200000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of the Thames Water region.

II.2.4) Description of the procurement

IT consultancy services — create digital product teams that deliver new assets into Thames Water. The team may need to be present for the entire life cycle of a product, or specific stages. Undertake knowledge transfer to our in house teams.

II.2.11) Information about options

Options: Yes

Description of options:

Agreement would be awarded for initial duration of 3 years with options to extend annually to a maximum of 8 years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

IT Consultancy Services ‘Digital Development’

II.2.2) Additional CPV code(s)

72000000

71621000

72100000

72110000

72130000

72200000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of the Thames Water region.

II.2.4) Description of the procurement

IT consultancy services — create digital product teams that deliver new assets into Thames Water. The team may need to be present for the entire life cycle of a product, or specific stages. Undertake knowledge transfer to our in house teams.

II.2.11) Information about options

Options: Yes

Description of options:

Agreement would be awarded for initial duration of 3 years with options to extend annually to a maximum of 8 years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

IT Consultancy Services ‘Digital Development’

II.2.2) Additional CPV code(s)

72000000

71621000

72100000

72110000

72130000

72200000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of the Thames Water region.

II.2.4) Description of the procurement

IT consultancy services — create digital product teams that deliver new assets into Thames Water. The team may need to be present for the entire life cycle of a product, or specific stages. Undertake knowledge transfer to our in house teams.

II.2.11) Information about options

Options: Yes

Description of options:

Agreement would be awarded for initial duration of 3 years with options to extend annually to a maximum of 8 years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.1) Title

IT Consultancy Services ‘Digital Development’

II.2.2) Additional CPV code(s)

72000000

71621000

72100000

72110000

72130000

72200000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of the Thames Water region

II.2.4) Description of the procurement

IT consultancy services — create digital product teams that deliver new assets into Thames Water. The team may need to be present for the entire life cycle of a product, or specific stages. Undertake knowledge transfer to our in house teams.

II.2.11) Information about options

Options: Yes

Description of options:

Agreement would be awarded for initial duration of 3 years with options to extend annually to a maximum of 8 years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 8

II.2.1) Title

IT Consultancy Services ‘Digital Development’

II.2.2) Additional CPV code(s)

72000000

71621000

72100000

72110000

72130000

72200000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of the Thames Water region

II.2.4) Description of the procurement

IT consultancy services — create digital product teams that deliver new assets into Thames Water. The team may need to be present for the entire life cycle of a product, or specific stages. Undertake knowledge transfer to our in house teams.

II.2.11) Information about options

Options: Yes

Description of options:

Agreement would be awarded for initial duration of 3 years with options to extend annually to a maximum of 8 years.

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

Negotiated with call for competition

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2019/S 234-574615

Section V: Award of contract

Lot No: 1 / 2 / 4

Contract No: 1

Title: Development, Data Services, Architecture

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/06/2020

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Accenture (UK) Ltd

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2 / 4

Contract No: 6

Title: Data Services, Architecture

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/06/2020

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

The DMW Group Ltd

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1 / 2

Contract No: 8

Title: Development, Date Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/06/2020

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Explore AI Ltd

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1 / 3

Contract No: 12

Title: Development, Digitial Delivery

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/06/2020

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Wipro Ltd

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Contract No: 7

Title: Development

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/06/2020

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Equal Experts (UK) Ltd

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Contract No: 11

Title: Development

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/06/2020

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Tecknuovo Ltd

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: 10

Title: Data Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/06/2020

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Tata Consultancy Services Ltd

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: 4

Title: Digitial Delivery

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/06/2020

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

CODEC-DSS Ltd

Belfast

UK

NUTS: UKN06

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 6 250 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: 5

Title: Digitial Delivery

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/06/2020

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Cognizant Worldwide Ltd

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: 13

Title: Digitial Delivery

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/06/2020

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Solstice Associates Ltd

Ipswich

UK

NUTS: UKH14

The contractor is an SME: Yes

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Contract No: 2

Title: Architecture

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/06/2020

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Actica Consulting Ltd

Surrey

UK

NUTS: UKJ2

The contractor is an SME: Yes

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Contract No: 3

Title: Data Services

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/06/2020

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Capgemini UK Plc

Surrey

UK

NUTS: UKJ2

The contractor is an SME: No

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Contract No: 9

Title: Architecture

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/06/2020

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

PA Consulting Services Ltd

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

All suppliers who wish to respond to this notice must request a pre-qualification questionnaire (PQQ) by using the link in Section I.3) of this notice, i.e. https://www.thameswater.co.uk/procurement.

VI.4) Procedures for review

VI.4.1) Review body

Thames Water Utilities Ltd

Reading

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Thames Water Utilities Ltd 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 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.4.4) Service from which information about the review procedure may be obtained

Thames Water Utilities Ltd

Reading

UK

VI.5) Date of dispatch of this notice

04/08/2020

Coding

Commodity categories

ID Title Parent category
72130000 Computer-site planning consultancy services Hardware consultancy services
72100000 Hardware consultancy services IT services: consulting, software development, Internet and support
72110000 Hardware selection consultancy services Hardware consultancy services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support
71621000 Technical analysis or consultancy services Analysis 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:
procurement.support.centre@thameswater.co.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.