Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
RG1 8DB
Reading
RG18DB
Contact
Thames Water
procurement.support.centre@thameswater.co.uk
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
www.thameswater.co.uk/procurement
Additional information can be obtained from the above-mentioned address
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
Reseller Framework - IT Hardware and Software , Software renewals and Software Asset Management
Reference number
FA15558
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
Thames Water will contract with a minimum of two Resellers, for the purchase of Software, Hardware and associated Services. This activity will seek to develop Framework Agreements to cover the following:
Lot 1
• provision of standard hardware (and online catalogue that could integrate into TW's existing systems)
• hardware reseller services (non-standard - quotation to hardware delivery);
• hardware and software disposals service;
• management of hardware maintenance and support renewals;
Lot 2
• software reseller services (quotation to software delivery);
• management of software license, maintenance and support renewals;
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
IT Hardware Reseller
Lot No
1
two.2.2) Additional CPV code(s)
- 30232000 - Peripheral equipment
- 30237200 - Computer accessories
- 50323200 - Repair of computer peripherals
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
Whole of the Thames Water region.
two.2.4) Description of the procurement
Thames Water is looking at the opportunity to streamline its supply base for IT Hardware procurement. This activity will seek to develop a Framework Agreement to cover, but not limited to, the following;
• hardware reseller services (quotation to hardware delivery);
• management of hardware maintenance and support renewals (notify when they are due for renewal, ensure best value, coordinate renewal on TW behalf where applicable);
• hardware disposals service;
• provision of standard hardware;
• ad-hoc purchases (e.g. keyboards, monitors, mobile telephony devices, end user computing hardware);
• data centre hardware - ad-hoc purchases (e.g.: routers, switches), major capital requirements (e.g. servers, storage, hyper-converged infrastructure), and related services such as installation
Where appropriate, Suppliers will be required to provide sufficient warranties and support for products provided under this Framework.
Key requirements will include: value-for-money of reseller services, including access to special bid pricing; seamless supply provision and automated catalouge; speed and accuracy of delivery; issue resolution; OEM relationships and accreditations; capability to execute projects and provide added-value services.
Thames Water intends to appoint one reseller for the supply of IT Hardware as a result of this ITN, with work being awarded on the basis of the most economically advantageous tender best value for money offered by appointed resellers for specific requirements. The framework will have no committed monetary value.
Please note that Suppliers may respond to one or both Lots and may, if successful, be awarded to supply both Lot requirements.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £10,000,000
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 will be awarded for an initial duration of 3 years, with the option to extend up to a maximum of 8 years (3+2+2+1 years).
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Any agreement will be awarded for an initial duration of 3 years, with the option to extend up to a maximum of 5 years.
two.2) Description
two.2.1) Title
Software Reseller
Lot No
2
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 72268000 - Software supply services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
Whole of Thames Water region.
two.2.4) Description of the procurement
Thames Water is looking at the opportunity to streamline its supply base for Software. This activity will seek to develop a Framework Agreement to cover, but not limited to, the following, -
- software reseller Services (quotation to software delivery)
- management of software license, maintenance and support renewals
- software disposals service;
Where appropriate, Suppliers will be required to provide sufficient warranties and support for products provided under this Framework.
Key requirements will include: value-for-money of reseller services, including access to special bid pricing; seamless supply provision; speed and accuracy of delivery; issue resolution; OEM relationships and accreditations; capability to execute projects and provide added-value services.
Thames Water intends to appoint a minimum of one reseller (with up to a maximum of 3) as a result of this ITT, with work being awarded on the basis of the most economically advantageous tender best value for money offered by appointed resellers for specific requirements. The framework will have no committed monetary value. Individual requirements will be competed between the successful service providers, as they arise, and
awarded based against award criteria will be detailed in the individgual ITN.
Please note that Suppliers may respond to one or both Lots and may, if successful, be awarded to supply both Lot requirements.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £110,000,000
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 will be awarded for an initial duration of 3 years, with the option to extend up to a maximum of 8 years (3+2+2+1 years).
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Any agreement will be awarded for an initial duration of 3 years, with the option to extend up to a maximum of 8 years (3+2+2+1 years).
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As detailed in the PQQ Documentation.
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
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 several operators
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
Originally published as:
Date
21 June 2021
Local time
12:00pm
Changed to:
Date
24 June 2021
Local time
12:00pm
See the change notice.
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: 12 (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 (i.e. IASTA Smartsource). To complete the PQQ you will need to login to IASTA Smartsource. 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
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).