Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Cloud Services

  • First published: 10 April 2019
  • Last modified: 10 April 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Severn Trent Water Limited
Authority ID:
AA20571
Publication date:
10 April 2019
Deadline date:
06 June 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The scope of this joint procurement is for the provision of Infrastructure as a Service (IaaS), Platform as a Service (PaaS), core, innovation and other cloud services to enable the Utilities chosen SI to perform the following services:

— full scale data centre migration to public cloud,

— migration of workloads into public cloud,

— transformation of workloads already within public cloud,

— partial migration of some systems into public cloud,

— ongoing management of workloads within public cloud.

The utilities are looking to appoint a number of framework providers (up to a maximum of 6). It is envisaged that the Utilities will nominate a primary framework holder and a number of secondary framework holders. The primary framework holder will be responsible for performing the utilities core work under the framework. The utilities will be free to award works packages to the primary framework holder without consulting the secondary framework holders. Where the Utilities have a niche or specific need (as determined by the utilities), the utilities may offer the primary and secondary framework holders an opportunity to participate in a mini tender process to identify who a works package should be awarded to. The utilities will award the relevant works package to the framework holder who is successful in the mini tender process. Full details on the framework structure will be published in the RFP. Please note that due to the diversity and broad nature of the public cloud market, this envisaged structure is subject to change.

There will be an immediate requirement to contract under the Framework Agreement for an initial works package to enable the migration of the utilities data centres by our existing SI Framework. This works package will be awarded to the primary framework holder.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Severn Trent Water Limited (STW)

02366686

Severn Trent Centre, 2 St John's Street

Coventry

CV1 2LZ

UK

Contact person: Karen Wildes

Telephone: +44 2477715000

E-mail: Karen.Wildes@severntrent.co.uk

NUTS: UK

Internet address(es)

Main address: https://severntrent.bravosolution.co.uk

I.1) Name and addresses

Hafren Dyfrdwy Cyfyngedig (HD)

03527628

Packsaddle Wrexham Road, Rhostyllen

Wrexham

LL14 4EH

UK

Contact person: Karen Wildes

E-mail: Karen.Wildes@severntrent.co.uk

NUTS: UK

Internet address(es)

Main address: www.severntrent.bravosolution.co.uk

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://severntrent.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://severntrent.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Cloud Services

Reference number: Project_706 – Provision of Cloud Services

II.1.2) Main CPV code

72510000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Each of STW and HD wish to award a Framework Agreement for the provision of Infrastructure as a Service (Iaas), Platform as a Service (Paas), Core, Innovation and other Cloud Services.

II.1.5) Estimated total value

Value excluding VAT: 13 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

48000000

72000000

72300000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The scope of this joint procurement is for the provision of Infrastructure as a Service (IaaS), Platform as a Service (PaaS), core, innovation and other cloud services to enable the Utilities chosen SI to perform the following services:

— full scale data centre migration to public cloud,

— migration of workloads into public cloud,

— transformation of workloads already within public cloud,

— partial migration of some systems into public cloud,

— ongoing management of workloads within public cloud.

The utilities are looking to appoint a number of framework providers (up to a maximum of 6). It is envisaged that the Utilities will nominate a primary framework holder and a number of secondary framework holders. The primary framework holder will be responsible for performing the utilities core work under the framework. The utilities will be free to award works packages to the primary framework holder without consulting the secondary framework holders. Where the Utilities have a niche or specific need (as determined by the utilities), the utilities may offer the primary and secondary framework holders an opportunity to participate in a mini tender process to identify who a works package should be awarded to. The utilities will award the relevant works package to the framework holder who is successful in the mini tender process. Full details on the framework structure will be published in the RFP. Please note that due to the diversity and broad nature of the public cloud market, this envisaged structure is subject to change.

There will be an immediate requirement to contract under the Framework Agreement for an initial works package to enable the migration of the utilities data centres by our existing SI Framework. This works package will be awarded to the primary framework holder.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 05/08/2019

End: 04/08/2027

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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

As set out in the procurement documents.

III.1.6) Deposits and guarantees required:

As set out in the procurement documents.

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

Not applicable.

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

As set out in the procurement documents.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As set out in the procurement documents.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with 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 with several operators.

Envisaged maximum number of participants to the framework agreement: 6

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 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: 06/06/2019

Local time: 15:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 05/04/2019

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

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: No

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

Applicants should refer to the instructions to participants for the timetable for responding to the pre-qualification questionnaire. There is no guarantee that a candidate will be invited to tender. STW and HD are not bound to enter into agreements with any party. There is no contractual right (express or implied) which arises from this notice or the procurement process at any time. Response to this notice, the submission of a response to the PQQ, submission of tenders and/or participation in the procurement process is at the candidates own costs and expense. There is no guarantee of volume or exclusivity under the framework.

VI.4) Procedures for review

VI.4.1) Review body

Severn Trent Water Ltd

2 St Johns Street

Coventry

CV1 2LJ

UK

Internet address(es)

URL: https://severntrent.bravosolution.co.uk/web/login.html

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

STW and HD will incorporate a ten (10) calendar day standstill period in accordance with the Utilities Contracts Regulations 2016. The Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or at risk of harm to take action in the High Court of England and Wales.

VI.4.4) Service from which information about the review procedure may be obtained

Severn Trent Water

2 St John's Street

Coventry

CV1 2LZ

UK

E-mail: KAREN.WILDES@severntrent.co.uk

Internet address(es)

URL: https://severntrent.bravosolution.co.uk/web/login.html

VI.5) Date of dispatch of this notice

05/04/2019

Coding

Commodity categories

ID Title Parent category
72510000 Computer-related management services Computer-related services
72300000 Data services IT services: consulting, software development, Internet and support
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
48000000 Software package and information systems Computer and Related Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Karen.Wildes@severntrent.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.