
Market Leads & Opportunities
United Kingdom-Reading: Reseller Framework – IT Hardware and Software , Software renewals and Software Asset Management
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-012596/EN)
Nature of contract: Supply contract
Procedure: Negotiated procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting entity
I.1) Name and addresses
Official name: THAMES WATER UTILITIES LIMITED
Postal address: RG1 8DB
Town: Reading
Postal code: RG18DB
Country: United Kingdom
Contact Person: Thames Water
Email: procurement.support.centre@thameswater.co.uk
Internet address(es):
Main address: www.thameswater.co.uk
I.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
I.6) Main activity:
Water
Section II: Object
II.1) Scope of the procurement:
II.1.1) Title: Reseller Framework – IT Hardware and Software , Software renewals and Software Asset Management
Reference number: FA15558
II.1.2) Main CPV code: 48000000
II.1.3) Type of contract: Supplies
II.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;
II.1.6) Information about lots
The contract is divided into lots: yes
Tenders may be submitted forall lots
II.2) Description
II.2.1) Title: IT Hardware Reseller
Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 30232000
Main CPV code: 30237200
Main CPV code: 50323200
II.2.3) Place of performance
Nuts code: Main site or place of performance:
Whole of the Thames Water region.
II.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.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 10000000 Currency: GBP
II.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).
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:10
II.2.10) Information about variants
Variants will be accepted:yes
II.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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.1) Title: Software Reseller
Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 48000000
Main CPV code: 72268000
II.2.3) Place of performance
Nuts code: Main site or place of performance:
Whole of Thames Water region.
II.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.
II.2.5)Award criteria
II.2.6) Estimated value
Value excluding VAT: 110000000 Currency: GBP
II.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).
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates:10
II.2.10) Information about variants
Variants will be accepted:yes
II.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).
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.1.1) 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.
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
List and brief description of rules and criteria:As detailed in section VI.3 & PQQ.
III.1.6) Deposits and guarantees required:
Specified in Invitation to Negotiate Document.
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Negotiated procedure with prior 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
Framework agreement with several operators
IV.1.4) Information about the 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 the 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:2021-06-21 Local time:12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: EN
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: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.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Thames Water Utilities
Town: Reading
Country: United Kingdom
E-mail: dafni_a@yahoo.com
VI.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).
VI.5) Date of dispatch of this notice:
2021-06-04
More Opportunties
- United Kingdom-Belfast: Procurement of SecurACath Device
17 Jun 25
Procurement of SecurAcath, a single use engineered stabilisation device used to secure percutaneous catheters in position on the skin.> > - United Kingdom-Belfast: Procurement of SecurACath Device
17 Jun 25
Procurement of SecurAcath, a single use engineered stabilisation device used to secure percutaneous catheters in position on the skin.> > - United Kingdom-Belfast: Breast Pumps and Breast Milk Collection Sets [5180689]
17 Jun 25
Breast Pumps and Breast Milk Collection Sets [5180689]> >