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