Section one: Contracting entity
one.1) Name and addresses
YORKSHIRE WATER SERVICES LIMITED
Western House,Western Way, Buttershaw
BRADFORD
BD62SZ
Contact
Sohail Sardana
sohail.sardana@yorkshirewater.co.uk
Telephone
+44 7977007107
Country
United Kingdom
NUTS code
UKE - Yorkshire and the Humber
Internet address(es)
Main address
https://www.yorkshirewater.com/
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://www.yorkshirewater.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
IT Partner Framework
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
This notice is seeking expressions of interest for the establishment of a Framework Agreement for IT services related to: Application development, infrastructure, strategy and architecture, SAP / ERP, testing, data science, and a range of other related services.
This framework agreement is envisaged to be the primary route for selecting suppliers for the delivery of IT consultancy and support services for the duration of the agreement.
Any estimated quantities or values contained or referred to in this or other documentation are for guidance only and do not bind YWS to buy any specific quantities should the bidder be successful and enter into an Agreement.
two.1.5) Estimated total value
Value excluding VAT: £125,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
- 48400000 - Business transaction and personal business software package
- 48500000 - Communication and multimedia software package
- 48600000 - Database and operating software package
- 48700000 - Software package utilities
- 48800000 - Information systems and servers
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
Procurement Process:
To express an interest in participating in the tender, please contact Sohail Sardana (sohail.sardana@yorkshirewater.co.uk) through email by 17:00 (GMT) on 24th September 2021.
Once a bidder expresses an interest, the Invitation to Qualify (ITQ) Round 1 document pack will be shared with them. This will include the ITQ Round 1 document that must be completed by all bidders and returned to the above email address by 17:00 (GMT) on 28th September 2021.
All clarifications should also be shared with Sohail Sardana (sohail.sardana@yorkshirewater.co.uk) through email by 17:00 (GMT) on 17th September 2021.
YWS will periodically consolidate clarifications that would be relevant to everyone and share the response to these with all bidders anonymously.
Following an assessment of responses received for ITQ Round 1, successful suppliers will be invited to ITQ Round 2. This is planned for early October, but is subject to change based on YWS discretion.
Following an assessment of responses received for ITQ Round 2, successful suppliers will then be invited to the RFP stage.
Procurement Overview:
Successful suppliers will work alongside Yorkshire Water Services (YWS) to design, develop, test, implement, support, and maintain a range of business applications, infrastructure solutions, and a range of other related areas.
The work will cover all areas of IT project delivery, support, and system integration for both new and legacy systems including, but not limited to, several capability areas.
Suppliers securing framework agreements will become part of the Technology & Enterprise Change (TEC) partner pool with suppliers potentially being aligned to and being approved to deliver projects in particular capability areas, as described in this notice. This does not give suppliers any guarantee of work but will enable the supplier to bid for individual pieces of work over the next 5 years.
YWS has identified capability areas and the services that sit within these areas. YWS is seeking the best suppliers in each capability area.
For the avoidance of doubt, suppliers DO NOT need to deliver services in all capability areas to submit a response to this tender.
Capability Areas:
Infrastructure
Services related to the design, development, integration, implementation, maintenance, and support of a range of infrastructure technologies. The technologies include but are not limited to routers, firewalls, databases, client systems, security services, network management, servers, switches, cabling, storage, backup technology, network infrastructure, telecoms and connectivity.
Suppliers delivering services aligned to the Infrastructure capability may also be required to deliver the following kind of services: Project Management, quality control, design assurance, system integration, testing, business continuity management, transition into support / provision of support, technical advice and planning, process design, requirements analysis, solution design, service design, service retirements, security and a variety of other services required by YWS from time to time.
SAP
Services related to the design, development, integration, maintenance, and support of a range of existing and future applications related to the SAP and asset management solution suite. Specific services might include, for example, impact assessment & planning, technology enablement, application of industry / process expertise, change management and continuous improvement of the SAP environment and related technologies. A particular project will be the migration of the YWS systems from ECC to S4 Hana.
Suppliers delivering services aligned to the SAP capability may also be required to deliver the following kind of services: Project Management, quality control, design assurance, system integration, testing, business continuity management, transition into support / provision of support, technical advice and planning, process design, requirements analysis, solution design, service design, service retirements, security and a variety of other services required by YWS from time to time.
Application Development and Maintenance
Services related to the design, development, integration, maintenance and support of a range of existing and future applications used by the three core YWS business areas including Customer (retail & wholesale), Operations (clean, waste and asset management) and Corporate (central functions, data and shared technologies e.g. middleware and a variety of other IT systems). In addition, services will be required for systems used by future business units which do not yet exist.
Suppliers delivering services aligned to the Application Development and Maintenance capability may also be required to deliver the following kind of services : Project Management, quality control, design assurance, system integration, testing, business continuity management, transition into support / provision of support, technical advice and planning, process design, requirements analysis, solution design, service design, service retirements, security and a variety of other services required by YWS from time to time.
Data Science
Services related to statistics, tools, programming, data manipulation, data visualisation, machine learning, deep learning, model deployment, scenario analysis, forecasting / prediction, planning and Azure.
Suppliers delivering services aligned to the Data Science capability may also be required to deliver the following kind of services: Project Management, quality control, design assurance, system integration, testing, business continuity management, transition into support / provision of support, technical advice and planning, process design, requirements analysis, solution design, service design, service retirements, security and a variety of other services required by YWS from time to time.
Testing
Delivery of services related to test leadership, test execution and test environment demand & release management. This includes provision of testing services, quality assurance and resource augmentation, including the delivery of a range of services, including but not limited to test standards & governance, orchestration, automation, resources, software, and a range of other related services.
Suppliers delivering services aligned to the Testing capability may also be required to deliver the following kind of services: Project Management, quality control, design assurance, system integration, business continuity management, transition into support / provision of support, technical advice and planning, process design, requirements analysis, solution design, service design, service retirements, security and a variety of other services required by YWS from time to time.
Strategy and Architecture
Strategy, consultancy and advisory services in relation to Solution Architecture and Enterprise Architecture, including (but not limited to) the breadth of Applications, Integration, Infrastructure and Security.
Suppliers delivering services aligned to the Strategy & Architecture capability may also be required to deliver the following kind of services: Quality control, design assurance, system integration, business continuity management, transition into support / provision of support, technical advice and planning, process design, requirements analysis, solution design, service design, service retirements, security and a variety of other services required by YWS from time to time.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
This contract is valid for an initial period of 60 months, followed by an optional renewal in 12 month increments up to a total term of 96 months, at YWS discretion.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 September 2021
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Yorkshire Water Service Limited
Bradford
BD6 2SZ
Country
United Kingdom