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

FA1227 IS Smaller Application Development Register.

Qualification system - utilities

Directive 2004/17/EC
This notice is a call for competition yes

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:

Further information can be obtained from The above mentioned contact point(s)

Further documentation can be obtained from The above mentioned contact point(s)

Requests to participate or candidatures must be sent to The above mentioned contact point(s)

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 qualification system

II.1)Title attributed to the contract by the contracting entity:
FA1227 IS Smaller Application Development Register.
II.2)Type of contract
Services
Service category No 7: Computer and related services
II.3)Description of the works, services or goods to be procured through the qualification system:
Thames Water Utilities Limited (TWUL) has implemented a register (FA1227) for application development and system integration project work.
This register is intended to support a separate framework (FA1225) from which major IS application development and system integration project work will be sourced.
The total spend on IS development work at Thames Water has been estimated at over 200 000 000 GBP over 5 years, across both the register (FA1227) and the framework (FA1225). The exact proportion of spend that will be sourced via this register is currently unknown.
The work may include any facet of IS project delivery, system integration and associated services for current and legacy systems which may include, but are 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).
Successful bidders would become part of the Thames Water IS Development Pool Register. Being on this register does not give the supplier any guarantee of work, but will enable the supplier to bid for individual projects of future work.
The Register has no set expiry date at present, but this may be subject to change if unforeseen changes to the business occur or the Thames Water projected spend profile significantly changes.
To be considered for inclusion onto this register, please refer to Section III.1.1) for instructions to request the PQQ.
II.4)Common procurement vocabulary (CPV)

72000000, 72200000, 72210000, 72211000, 72212000, 72212100, 72212517, 72246000, 72260000, 72262000, 72263000, 72266000, 72590000

II.5)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Qualification for the system:

Conditions to be fulfilled by economic operators in view of their qualification: This Notice is a request for expressions of interest for places on the register. All suppliers who wish to respond to this OJEU notice must request a pre qualification questionnaire (PQQ) by emailing providing the following details:

1. Company name,
2. 2 x Contact name,
3. 2 x Contact email,
4. 2 x Contact telephone.
Project being applied for (please state the title used in Section II.1) of this notice.
Thames Water's Procurement Support Centre will then send you an email (to the email address provided by you) setting out login details for Thames Water's e-Sourcing system (IASTA).
To view the PQQ, you will need to login to Thames Water's e-Sourcing system (IASTA). Should you wish to submit a PQQ, you must complete and submit it on Thames Water's e-Sourcing system. Further instructions for bidders are set out within the PQQ.
Applicants will be assessed for a place on the register based on their responses to the PQQ. Evaluation criteria for the PQQ are detailed within the PQQ.
Failure of a bidder to provide the required information, make a satisfactory response to any question or supply documentation referred to in its response to the PQQ or any clarification within the specified time scales may render the bidder ineligible to join the register.
III.1.2)Information about reserved contracts

Section V: Procedure

IV.1)Award criteria
IV.1.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.1.2)Information about electronic auction
An electronic auction will be used: no
IV.2)Administrative information
IV.2.1)File reference number attributed by the contracting entity:
FA1227
IV.2.2)Duration of the qualification system
Indefinite duration
IV.2.3)Information about renewals
Renewal of the qualification system: yes
formalities necessary for evaluating if requirements are met: If at any point in the future, this qualification system is stopped, it is unknown whether or not the system would be renewed.

An annual call for expression of interest for this register will be published in the Official Journal of The European Union. Thames Water reserve the right to bring in other 3rd parties due to expertise or urgency.

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:
Successful applicants will be placed on the register. Applicants should note that this process might require references to be provided and verified, attendances at meetings, talks and presentations at no cost to Thames Water Utilities Limited. This Notice does not preclude Thames Water Utilities Limited or its associated companies, subsidiaries, sister, parent companies, etc.) from issuing other contract notices for specific requirements from time to time.
Unless specifically stated otherwise, Thames Water Utilities Limited shall not be responsible for any costs, charges or expenses incurred by applicants and does not accept liability for any costs, charges or expenses incurred by applicants, irrespective of the outcome of the competition or if the competition is cancelled or postponed. Thames Water Utilities Limited reserves the right to terminate the competition (or part of it) to change the basis of and the procedures for the bidding process at any time or to procure a project by alternative means, if it appears that a project can be more advantageously procured by those alternative means. The most economically advantageous or any tender will not automatically be accepted. Thames Water Utilities Limited reserves the right to procure any of the works, services or supplies referred to in this Notice separately.
Thames Water Utilities Limited reserves the right to procure repeat requirements of a similar nature without a further call for competition pursuant to Article 40(g) of the Utilities Directive 2004/17/EC.
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Thames Water Utilities Limited 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 (SI 2006 No 6) 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.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
28.8.2015