By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

FA1225 IS Applications Development and System Integration (Lot 1).

Contract award notice - utilities

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Thames Water Utilities Limited
Procurement Support Centre - 3rd Floor East, C/O Mail Room, Rose Kiln Court
RG2 0BY Reading
UNITED KINGDOM
E-mail:

I.2)Main activity
Water
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
FA1225 IS Applications Development and System Integration (Lot 1).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services
II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s):
This OJEU notice covers 2 separate Lots which will be assessed separately:
1. Lot 1 - The establishment of a framework agreement for application development and system integration work.
2. Lot 2 - The selection of a system integrator for the customer relationship management and billing tool being implemented for TW's retail, non-household business.
Lot 1 - Suppliers will implement new business applications and associated processes undertake major changes to current and legacy applications and deliver associated infrastructure solutions over the next 2 to 5 years. The total spend going through the framework has been estimated at over 200 000 000 GBP over 5 years with projects ranging in value from 500 000 GBP to 75 000 000 GBP.
The work will include all facets of IS project delivery, system integration and associated services for new or legacy systems including but not limited to:
- Service strategy, IT strategy, technical advice and planning,
- Enterprise architecture planning,
- Process improvement and design,
- Feasibility analysis and blueprinting,
- Requirements analysis,
- Solution design,
- Service design,
- Application development,
- Testing strategy and test planning,
- Data quality improvement and migration for service transition,
- Data management and information management,
- Information security management,
- IT asset management,
- Programme and project management,
- Quality control, quality assurance and quality management,
- Design assurance,
- System integration,
- Service validation and testing,
- Business continuity management and IT disaster recovery management,
- Transition into ‘Business-as-usual’ operations (and potentially application support and service hosting).
Suppliers securing framework agreements would become part of the Thames Water IS Development Pool. This does not give the supplier any guarantee of work, but will enable the supplier to bid for individual projects of work over the forthcoming 2 to 5 years. The majority of individual projects will be sourced under this framework via competitive tendering.
Thames Water will evaluate responses and issue an ITN to vendors successful in qualifying.
Thames Water requires a financial annual turnover of 125 000 000 GBP for qualification (pass/fail question).
Thames Water is also issuing a separate Notice that will allow prospective bidders to be elected on to a register from which additional IS development work may be sourced. Such works are expected to be smaller or more niche pieces of IS development work. The QSN Notice for this register will be published within 10 days of this OJEU Notice.
Lot 2 - TW retail non-household requires integration of a new CRM and billing system(s) to enable the billing and relationship management for business customers receiving water and waste water services. TW are seeking the integration of system(s) to deliver the following core capabilities for our retail business:
- Prospect to sale, contract capture and account management,
- Pricing and development of products and services,
- Bill issue, ready to cash, collections (accounts receivable) and payment management
- Debt and credit management incorporated into a billing system,
- Core customer interactions - inbound/outbound contact (queries, complaints, issue resolution) and customer data management,
- e-Functionalities (e.g. eOrders, eBilling, webapps capabilities, etc.),
- Managing initiation of non-primary offerings: trade effluent and other value add products and services,
- Reporting, analytics and consumption/benchmarking analysis,
- Interfacing with internal corporate systems,
- Interfacing and reconciling with market operator,
- Purchasing of wholesale services and reconciliation of wholesale and retail charges,

- Interfacing with external market registration systems and other 3rd parties.

The level of integration to the existing estate will be decided later in the procurement process.
Context: From 1.4.2017, non-household customers in England will have the ability to choose their water supplier and sewerage services provider. TW non-household retail and wholesale business functions will therefore be participants in the new competitive non-household water market each with their own set of market obligations and commercial requirements.
In order to be compliant with this market and to provide effective services for its customers, TW are seeking to implement new system solutions including Customer Relationship Management and Billing (CRB) capabilities for their non-household retail business functions and for their wholesale water and waste business functions.
It is anticipated that the system(s) will be required to calculate and bill charges for at least 250 000 customers (across at least 340 000 sites) and their associated measurement/usage data for a number of products and services. The system needs to be flexible to meet the changing requirements of the market and scalable to support increases in customer volumes, in-line with business retail market in the UK.

Please note that Lot 2 is to select a CRM and billing system integrator and not the tool, which is being selected under a separate OJEU process (Ref: 2014/S 099-173726) which is now closed.

II.1.5)Common procurement vocabulary (CPV)

72000000, 72590000, 72262000, 72212100, 72212517, 72212445

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated with a call for competition
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender
IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction:
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
FA1225 Lot 1
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2014/S 134-241595 of 16.7.2014

Section V: Award of contract

V.1)Award and contract value
Contract No: FA1225
Lot No: 1 - Lot title: Development and System Integration Work
V.1.1)Date of contract award decision:
24.7.2015
V.1.2)Information about offers
V.1.3)Name and address of economic operator in favour of whom the contract award decision has been taken

CGI IT UK Ltd
250 Brooke Drive, Greenpark
RG2 6UA Reading
UNITED KINGDOM

V.1.4)Information on value of contract
V.1.5)Information about subcontracting
V.1.6)Price paid for bargain purchases
V.1)Award and contract value
Contract No: FA1225
Lot No: 1 - Lot title: Development and System Integration Work
V.1.1)Date of contract award decision:
24.7.2015
V.1.2)Information about offers
V.1.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Accenture (UK) Ltd
30 Fenchurch Street
EC3M 3BD London
UNITED KINGDOM

V.1.4)Information on value of contract
V.1.5)Information about subcontracting
V.1.6)Price paid for bargain purchases
V.1)Award and contract value
Contract No: FA1225
Lot No: 1 - Lot title: Development and System Integration Work
V.1.1)Date of contract award decision:
24.7.2015
V.1.2)Information about offers
V.1.3)Name and address of economic operator in favour of whom the contract award decision has been taken

CapGemini UK PLC
1 Forge End, Surrey
GU21 6DB Woking
UNITED KINGDOM

V.1.4)Information on value of contract
V.1.5)Information about subcontracting
V.1.6)Price paid for bargain purchases
V.1)Award and contract value
Contract No: FA1225
Lot No: 1 - Lot title: Development and System Integration Work
V.1.1)Date of contract award decision:
24.7.2015
V.1.2)Information about offers
V.1.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Wipro Ltd
Doddakannelli, Sarjapur Road
560 035 Bangalore
INDIA

V.1.4)Information on value of contract
V.1.5)Information about subcontracting
V.1.6)Price paid for bargain purchases
V.1)Award and contract value
Contract No: FA1225
Lot No: 1 - Lot title: Development and System Integration Work
V.1.1)Date of contract award decision:
24.7.2015
V.1.2)Information about offers
V.1.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Tech Mahindra LTD
Gateway Building, Apollo Bunder
400 001 Mumbai
INDIA

V.1.4)Information on value of contract
V.1.5)Information about subcontracting
V.1.6)Price paid for bargain purchases
V.1)Award and contract value
Contract No: FA1225
Lot No: 1 - Lot title: Development and System Integration Work
V.1.1)Date of contract award decision:
24.7.2015
V.1.2)Information about offers
V.1.3)Name and address of economic operator in favour of whom the contract award decision has been taken

TATA Consultancy Services LTD
Nirmal Building, 9th floor, Nariman Point
400 021 Mumbai
INDIA

V.1.4)Information on value of contract
V.1.5)Information about subcontracting
V.1.6)Price paid for bargain purchases
V.1)Award and contract value
Contract No: FA1225
Lot No: 1 - Lot title: Development and System Integration Work
V.1.1)Date of contract award decision:
24.7.2015
V.1.2)Information about offers
V.1.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Deloitte MCS LTD
Hill House, 1 Little New Street
EC4Q 3TR London
UNITED KINGDOM

V.1.4)Information on value of contract
V.1.5)Information about subcontracting
V.1.6)Price paid for bargain purchases

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
14.8.2015

Other interesting websites