Opportunity

Reseller Framework - IT Hardware and Software , Software renewals and Software Asset Management

  • THAMES WATER UTILITIES LIMITED

F05: Contract notice – utilities

Notice reference: 2021/S 000-012596

Published 4 June 2021, 4:14pm



The closing date and time has been changed to:

24 June 2021, 12:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

THAMES WATER UTILITIES LIMITED

RG1 8DB

Reading

RG18DB

Contact

Thames Water

Email

procurement.support.centre@thameswater.co.uk

Country

United Kingdom

NUTS code

UKJ - South East (England)

Internet address(es)

Main address

www.thameswater.co.uk

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

Email

dafni_a@yahoo.com

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).