Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
Reading
RG18DB
Contact
Thames Water
procurement.support.centre@thameswater.co.uk
Country
United Kingdom
Region code
UKJ11 - Berkshire
Companies House
02366661
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://forms.office.com/e/0X3s2nuar4
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SAP ECC Support
Reference number
FA2222
two.1.2) Main CPV code
- 72610000 - Computer support services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of support and maintenance for Thames Water's SAP ECC platform.
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72610000 - Computer support services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- AL - Albania
- AT - Austria
- BE - Belgium
- BG - Bulgaria
- CH - Switzerland
- CY - Cyprus
- CZ - Czechia
- DE - Germany
- DK - Denmark
- EE - Estonia
- EL - Greece
- ES - Spain
- FI - Finland
- FR - France
- HR - Croatia
- HU - Hungary
- IE - Ireland
- IS - Iceland
- IT - Italy
- LI - Liechtenstein
- LT - Lithuania
- LU - Luxembourg
- LV - Latvia
- ME - Montenegro
- MK - North Macedonia
- MT - Malta
- NL - Netherlands
- NO - Norway
- PL - Poland
- PT - Portugal
- RO - Romania
- RS - Serbia
- SE - Sweden
- SI - Slovenia
- SK - Slovakia
- TR - Turkey
- 1A - Kosovo
- AD - Andorra
- AE - United Arab Emirates
- AF - Afghanistan
- AG - Antigua and Barbuda
- AI - Anguilla
- AM - Armenia
- AO - Angola
- AQ - Antarctica
- AR - Argentina
- AS - American Samoa
- AU - Australia
- AW - Aruba
- AZ - Azerbaijan
- BA - Bosnia and Herzegovina
- BB - Barbados
- BD - Bangladesh
- BF - Burkina Faso
- BH - Bahrain
- BI - Burundi
- BJ - Benin
- BL - Saint Barthélemy
- BM - Bermuda
- BN - Brunei
- BO - Bolivia
- BQ - Bonaire, Sint Eustatius and Saba
- BR - Brazil
- BS - The Bahamas
- BT - Bhutan
- BV - Bouvet Island
- BW - Botswana
- BY - Belarus
- BZ - Belize
- CA - Canada
- CC - Cocos (Keeling) Islands
- CD - Congo (Democratic Republic)
- CF - Central African Republic
- CG - Congo
- CI - Ivory Coast
- CK - Cook Islands
- CL - Chile
- CM - Cameroon
- CN - China
- CO - Colombia
- CP - Clipperton
- CR - Costa Rica
- CU - Cuba
- CV - Cape Verde
- CW - Curaçao
- CX - Christmas Island
- DJ - Djibouti
- DM - Dominica
- DO - Dominican Republic
- DZ - Algeria
- EC - Ecuador
- EG - Egypt
- EH - Western Sahara
- ER - Eritrea
- ET - Ethiopia
- FJ - Fiji
- FK - Falkland Islands
- FM - Micronesia
- FO - Faroe Islands
- GA - Gabon
- GD - Grenada
- GE - Georgia
- GG - Guernsey
- GH - Ghana
- GL - Greenland
- GM - The Gambia
- GN - Guinea
- GQ - Equatorial Guinea
- GS - South Georgia and South Sandwich Islands
- GT - Guatemala
- GU - Guam
- GW - Guinea-Bissau
- GY - Guyana
- HK - Hong Kong
- HM - Heard Island and McDonald Islands
- HN - Honduras
- HT - Haiti
- ID - Indonesia
- IL - Israel
- IM - Isle of Man
- IN - India
- IO - British Indian Ocean Territory
- IQ - Iraq
- IR - Iran
- JE - Jersey
- JM - Jamaica
- JO - Jordan
- JP - Japan
- KE - Kenya
- KG - Kyrgyzstan
- KH - Cambodia
- KI - Kiribati
- KM - Comoros
- KN - St Kitts and Nevis
- KP - North Korea
- KR - South Korea
- KW - Kuwait
- KY - Cayman Islands
- KZ - Kazakhstan
- LA - Laos
- LB - Lebanon
- LC - St Lucia
- LK - Sri Lanka
- LR - Liberia
- LS - Lesotho
- LY - Libya
- MA - Morocco
- MC - Monaco
- MD - Moldova
- MG - Madagascar
- MH - Marshall Islands
- ML - Mali
- MM - Myanmar (Burma)
- MN - Mongolia
- MO - Macao
- MP - Northern Mariana Islands
- MR - Mauritania
- MS - Montserrat
- MU - Mauritius
- MV - Maldives
- MW - Malawi
- MX - Mexico
- MY - Malaysia
- MZ - Mozambique
- NA - Namibia
- NC - New Caledonia
- NE - Niger
- NF - Norfolk Island
- NG - Nigeria
- NI - Nicaragua
- NP - Nepal
- NR - Nauru
- NU - Niue
- NZ - New Zealand
- OM - Oman
- PA - Panama
- PE - Peru
- PF - French Polynesia
- PG - Papua New Guinea
- PH - Philippines
- PK - Pakistan
- PM - Saint Pierre and Miquelon
- PN - Pitcairn, Henderson, Ducie and Oeno Islands
- PR - Puerto Rico
- PS - Occupied Palestinian Territories
- PW - Palau
- PY - Paraguay
- QA - Qatar
- RU - Russia
- RW - Rwanda
- SA - Saudi Arabia
- SB - Solomon Islands
- SC - Seychelles
- SD - Sudan
- SG - Singapore
- SH - Saint Helena, Ascension and Tristan da Cunha
- SJ - Svalbard and Jan Mayen
- SL - Sierra Leone
- SM - San Marino
- SN - Senegal
- SO - Somalia
- SR - Suriname
- SS - South Sudan
- ST - Sao Tome and Principe
- SV - El Salvador
- SX - Sint Maarten (Dutch part)
- SY - Syria
- SZ - Eswatini
- TC - Turks and Caicos Islands
- TD - Chad
- TF - French Southern Territories
- TG - Togo
- TH - Thailand
- TJ - Tajikistan
- TK - Tokelau
- TL - East Timor
- TM - Turkmenistan
- TN - Tunisia
- TO - Tonga
- TT - Trinidad and Tobago
- TV - Tuvalu
- TW - Taiwan
- TZ - Tanzania
- UA - Ukraine
- UG - Uganda
- UM - United States Minor Outlying Islands
- US - United States
- UY - Uruguay
- UZ - Uzbekistan
- VA - Vatican City
- VC - St Vincent
- VE - Venezuela
- VG - British Virgin Islands
- VI - United States Virgin Islands
- VN - Vietnam
- VU - Vanuatu
- WF - Wallis and Futuna
- WS - Samoa
- YE - Yemen
- ZA - South Africa
- ZM - Zambia
- ZW - Zimbabwe
Main site or place of performance
This work can be completed remotely, either in the UK or abroad.
two.2.4) Description of the procurement
Thames Water is tendering for the provision of support services for the SAP ECC platform. This service will involve a third-party resolving flagged issues with the SAP ECC platform and ensuring the platform continues to run as requested by Thames Water.
Thames Water seeks long-term price stability for these services and prefers a 3-year contract, with allowable 1 year extensions up to a maximum of 5 years in total contract length.
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
36
This contract is subject to renewal
Yes
Description of renewals
Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods. The maximum total contract length would be 5 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Description of options: Any agreement awarded would be for a maximum initial period of 3 years, with options to extend for two further one year periods.
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
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
As detailed in section VI.3 & PQQ.
three.1.6) Deposits and guarantees required
Bonds and/or parent company guarantees of performance and financial standing may be required
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Specified in Invitation to Negotiate Document
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Consortia may be required to form a legal entity prior to award
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 a single operator
four.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
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
7 February 2025
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
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.3) Additional information
All suppliers who wish to respond to this contract notice must request a pre-qualification questionnaire (PQQ) by using the web link in Section I.3 (www.thameswater.co.uk/procurement).
From your response to the link in Section I.3 or above, Thames Water's Procurement Support Centre will send you an email providing login details for our eSourcing system. To complete the PQQ you will need to login to the project SharePoint site.
If the project requires it, you will receive an additional and separate survey to complete for Data Protection.
Note - The client may be Thames Water Utilities Limited or another company within the Kemble Water group structure
six.4) Procedures for review
six.4.1) Review body
Thames Water Utilities Limited,
Reading
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
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 2016 (SI 2016 No 274) 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).