Tender

IT Partner Framework

YORKSHIRE WATER SERVICES LIMITED

This public procurement record has 1 release in its history.

Tender

23 Aug 2021 at 17:35

Summary of the contracting process

The Yorkshire Water Services Limited is currently running a tender for the establishment of an IT Partner Framework, aimed at providing IT services which include application development, infrastructure management, strategy, and data science solutions. The tender is categorised under IT services (CPV code 72000000) and offers a substantial potential value of £125 million. Interested parties must submit their expressions of interest by 17:00 GMT on 24th September 2021, and return the ITQ Round 1 document by 17:00 GMT on 28th September 2021. Clarifications are due by 17:00 GMT on 17th September 2021, with an assessment of responses to follow in early October, marking the transition to the next stages of the procurement process.

This framework agreement presents significant opportunities for businesses specialising in IT consultancy, software development, and system integration, particularly those with capabilities in infrastructure, SAP solutions, application management, data science, and testing. Companies that can provide project management, quality control, and technical advisory services will benefit from the chance to bid for individual projects over the next five years. Engaging in this tender could enable firms to become part of a select partner pool for Yorkshire Water Services, which may lead to long-term collaborations and further growth within the public sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

IT Partner Framework

Notice 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.

Lot Information

Lot 1

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.

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02d863
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/020724-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

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

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
£125,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Aug 20214 years ago
Submission Deadline
28 Sep 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
YORKSHIRE WATER SERVICES LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BRADFORD
Postcode
BD6 2SZ
Post Town
Bradford
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE41 Bradford
Delivery Location
TLE Yorkshire and The Humber

Local Authority
Bradford
Electoral Ward
Royds
Westminster Constituency
Bradford South

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02d863-2021-08-23T18:35:37+01:00",
    "date": "2021-08-23T18:35:37+01:00",
    "ocid": "ocds-h6vhtk-02d863",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02d863",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "IT Partner Framework",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "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.",
        "value": {
            "amount": 125000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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.",
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48300000",
                        "description": "Document creation, drawing, imaging, scheduling and productivity software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48400000",
                        "description": "Business transaction and personal business software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48500000",
                        "description": "Communication and multimedia software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48600000",
                        "description": "Database and operating software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48700000",
                        "description": "Software package utilities"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48800000",
                        "description": "Information systems and servers"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://service.ariba.com",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "tenderPeriod": {
            "endDate": "2021-09-28T17:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-4608",
            "name": "YORKSHIRE WATER SERVICES LIMITED",
            "identifier": {
                "legalName": "YORKSHIRE WATER SERVICES LIMITED"
            },
            "address": {
                "streetAddress": "Western House,Western Way, Buttershaw",
                "locality": "BRADFORD",
                "region": "UKE",
                "postalCode": "BD62SZ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Sohail Sardana",
                "telephone": "+44 7977007107",
                "email": "sohail.sardana@yorkshirewater.co.uk",
                "url": "https://www.yorkshirewater.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.yorkshirewater.com/",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "WATER",
                        "description": "Water"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-26356",
            "name": "Yorkshire Water Service Limited",
            "identifier": {
                "legalName": "Yorkshire Water Service Limited"
            },
            "address": {
                "locality": "Bradford",
                "postalCode": "BD6 2SZ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-4608",
        "name": "YORKSHIRE WATER SERVICES LIMITED"
    },
    "language": "en"
}