We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

You may get an error message when trying to access the notices listed hereafter. If that is the case, please use the alternative links provided below. We are working on solving the problem. We apologize for the inconvenience.
716246-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:716246-2023:PDFS:FI:HTML
719591-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML
724690-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:724690-2023:PDFS:FI:HTML
731050-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:731050-2023:PDFS:FI:HTML
You may also use the following structure to build the URL of the notices concerned:
https://ted.europa.eu/udl?uri=TED:NOTICE:NNNNNN-2023:PDFS:LL:HTML, (example: https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML), but please bear in mind that only the original language version of the notice is available

There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 574615-2019

Submission deadline has been amended by:  604405-2019
04/12/2019    S234

United Kingdom-Reading: IT services: consulting, software development, Internet and support

2019/S 234-574615

Contract notice – utilities

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: Thames Water Utilities Ltd
Postal address: Procurement Support Centre — 3rd Floor East, C/O Mail Room, Rose Kiln Court
Town: Reading
NUTS code: UKJ11 Berkshire
Postal code: RG2 0BY
Country: United Kingdom
E-mail: procurement.support.centre@thameswater.co.uk
Internet address(es):
Main address: www.thameswater.co.uk
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://www.thameswater.co.uk/procurement
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.thameswater.co.uk/procurement
Tenders or requests to participate must be submitted to the abovementioned address
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 IT services: consulting, software development, Internet and support
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.1.5)Estimated total value
Value excluding VAT: 100 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Tenderers may apply for any of the main lots. Tenderers can win a place on any 1 or all of the main lots 1-4. The Main lots are sub divided into sub-lots of non-SME and SME. Tenderers should apply for the respective lot that applies (the SME definition is detailed in the additional information below, showing requisite criteria). Tenderers can't win a place on both sub lots within a main lot.

II.2)Description
II.2.1)Title:

IT Consultancy Services ‘Digital Development’

Lot No: 1
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
71621000 Technical analysis or consultancy services
72100000 Hardware consultancy services
72110000 Hardware selection consultancy services
72130000 Computer-site planning consultancy services
72200000 Software programming and consultancy services
II.2.3)Place of performance
NUTS code: UKI LONDON
NUTS code: UKJ SOUTH EAST (ENGLAND)
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.2.5)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: 12 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:

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

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10)Information about variants
Variants will be accepted: no
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
II.2.14)Additional information
II.2)Description
II.2.1)Title:

IT Consultancy Services ‘Digital Development’

Lot No: 2
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
71621000 Technical analysis or consultancy services
72100000 Hardware consultancy services
72110000 Hardware selection consultancy services
72130000 Computer-site planning consultancy services
72200000 Software programming and consultancy services
II.2.3)Place of performance
NUTS code: UKI LONDON
NUTS code: UKJ SOUTH EAST (ENGLAND)
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.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:

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

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10)Information about variants
Variants will be accepted: no
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
II.2.14)Additional information

To qualify as an SME. EU criteria is as follows: less than 250 employees and 50 000 000 EUR turnover a year and balance sheet of 43 000 000 EUR or less.

II.2)Description
II.2.1)Title:

IT Consultancy — ‘Data Services’

Lot No: 3
II.2.2)Additional CPV code(s)
71316000 Telecommunication consultancy services
72000000 IT services: consulting, software development, Internet and support
71621000 Technical analysis or consultancy services
72100000 Hardware consultancy services
72200000 Software programming and consultancy services
II.2.3)Place of performance
NUTS code: UKI LONDON
NUTS code: UKJ SOUTH EAST (ENGLAND)
Main site or place of performance:

Whole of the Thames Water region.

II.2.4)Description of the procurement:

IT Consultancy Services — provide resources and/or tooling to develop new innovative advanced data driven analytical models, algorithms, dashboards and visualisations.

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: 12 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:

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

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10)Information about variants
Variants will be accepted: no
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
II.2.14)Additional information
II.2)Description
II.2.1)Title:

IT Consultancy — ‘Data Services’

Lot No: 4
II.2.2)Additional CPV code(s)
71316000 Telecommunication consultancy services
72000000 IT services: consulting, software development, Internet and support
71621000 Technical analysis or consultancy services
72100000 Hardware consultancy services
72200000 Software programming and consultancy services
II.2.3)Place of performance
NUTS code: UKI LONDON
NUTS code: UKJ SOUTH EAST (ENGLAND)
Main site or place of performance:

Whole of the Thames Water region.

II.2.4)Description of the procurement:

IT Consultancy Services — provide resources and/or tooling to develop new innovative advanced data driven analytical models, algorithms, dashboards and visualisations.

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: 12 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:

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

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10)Information about variants
Variants will be accepted: no
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
II.2.14)Additional information

Additional information: to qualify as an SME. EU criteria is as follows: less than 250 employees and 50 000 000 EUR turnover a year and balance sheet of 43 000 000 EUR or less.

II.2)Description
II.2.1)Title:

IT Consultancy Services — ‘Digital Delivery’

Lot No: 5
II.2.2)Additional CPV code(s)
71316000 Telecommunication consultancy services
71621000 Technical analysis or consultancy services
72100000 Hardware consultancy services
72110000 Hardware selection consultancy services
72120000 Hardware disaster-recovery consultancy services
72130000 Computer-site planning consultancy services
72000000 IT services: consulting, software development, Internet and support
II.2.3)Place of performance
NUTS code: UKI LONDON
NUTS code: UKJ SOUTH EAST (ENGLAND)
Main site or place of performance:

Whole of the Thames Water region.

II.2.4)Description of the procurement:

IT Consultancy services — implementation of new business applications, services and associated processes, undertake major changes to current and legacy applications and deliver associated infrastructure solutions.

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: 12 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:

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

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10)Information about variants
Variants will be accepted: no
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
II.2.14)Additional information
II.2)Description
II.2.1)Title:

IT Consultancy Services — ‘Digital Delivery’

Lot No: 6
II.2.2)Additional CPV code(s)
71316000 Telecommunication consultancy services
71621000 Technical analysis or consultancy services
72100000 Hardware consultancy services
72110000 Hardware selection consultancy services
72120000 Hardware disaster-recovery consultancy services
72130000 Computer-site planning consultancy services
72000000 IT services: consulting, software development, Internet and support
II.2.3)Place of performance
NUTS code: UKI LONDON
NUTS code: UKJ SOUTH EAST (ENGLAND)
Main site or place of performance:

Whole of the Thames Water region.

II.2.4)Description of the procurement:

IT Consultancy services — implementation of new business applications, services and associated processes, undertake major changes to current and legacy applications and deliver associated infrastructure solutions.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:

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

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10)Information about variants
Variants will be accepted: no
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
II.2.14)Additional information

To qualify as an SME. EU criteria is as follows: less than 250 employees and 50 000 000 EUR turnover a year and balance sheet of 43 000 000 EUR or less.

II.2)Description
II.2.1)Title:

IT Consultancy Services — ‘Architecture’

Lot No: 7
II.2.2)Additional CPV code(s)
71316000 Telecommunication consultancy services
71621000 Technical analysis or consultancy services
72100000 Hardware consultancy services
72110000 Hardware selection consultancy services
72120000 Hardware disaster-recovery consultancy services
72130000 Computer-site planning consultancy services
72000000 IT services: consulting, software development, Internet and support
II.2.3)Place of performance
NUTS code: UKI LONDON
NUTS code: UKJ SOUTH EAST (ENGLAND)
Main site or place of performance:

Whole of the Thames Water region.

II.2.4)Description of the procurement:

IT Consultancy services — implementation of new business applications, services and associated processes, undertake major changes to current and legacy applications and deliver associated infrastructure solutions.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:

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

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10)Information about variants
Variants will be accepted: no
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
II.2.14)Additional information
II.2)Description
II.2.1)Title:

IT Consultancy Services — ‘Architecture’

Lot No: 8
II.2.2)Additional CPV code(s)
71316000 Telecommunication consultancy services
71621000 Technical analysis or consultancy services
72100000 Hardware consultancy services
72110000 Hardware selection consultancy services
72120000 Hardware disaster-recovery consultancy services
72130000 Computer-site planning consultancy services
72000000 IT services: consulting, software development, Internet and support
II.2.3)Place of performance
NUTS code: UKI LONDON
NUTS code: UKJ SOUTH EAST (ENGLAND)
Main site or place of performance:

Whole of the Thames Water region.

II.2.4)Description of the procurement:

IT Consultancy services — implementation of new business applications, services and associated processes, undertake major changes to current and legacy applications and deliver associated infrastructure solutions.

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: 12 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:

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

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10)Information about variants
Variants will be accepted: no
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
II.2.14)Additional information

To qualify as an SME. EU criteria is as follows: less than 250 employees and 50 000 000 EUR turnover a year and balance sheet of 43 000 000 EUR or less.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

As detailed in the PQQ.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4)Objective rules and criteria for participation
List and brief description of rules and criteria:

As detailed in Section VI.3) and PQQ.

III.1.6)Deposits and guarantees required:

Bonds and/or parent company guarantees of performance and financial standing may be required.

III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Specified in the ITN document.

III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

Consortia may be required to form a legal entity prior to award.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

As detailed in the ITN.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Negotiated procedure with prior 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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 16/12/2019
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

Between 3 and 8 years.

VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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
Official name: Thames Water Utilities Ltd
Town: Reading
Country: United Kingdom
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
Official name: Thames Water Utilities Ltd
Town: Reading
Country: United Kingdom
VI.5)Date of dispatch of this notice:
29/11/2019