Notice Information
Notice Title
Reseller Framework - IT Hardware and Software , Software renewals and Software Asset Management
Notice 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;
Lot Information
IT Hardware Reseller
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.
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.
Renewal: 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).
Software ResellerThames 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 individual ITN. Please note that Suppliers may respond to one or both Lots and may, if successful, be awarded to supply both Lot requirements.
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).
Renewal: 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).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02b8a5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/010927-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
30 - Office and computing machinery, equipment and supplies except furniture and software packages
48 - Software package and information systems
50 - Repair and maintenance services
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
30232000 - Peripheral equipment
30237200 - Computer accessories
48000000 - Software package and information systems
50323200 - Repair of computer peripherals
72268000 - Software supply services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- £120,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 28 Apr 20223 years ago
- Submission Deadline
- 21 Jun 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 27 Mar 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THAMES WATER UTILITIES LIMITED
- Contact Name
- Thames Water
- Contact Email
- procurement.support.centre@thameswater.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- READING
- Postcode
- RG1 8DB
- Post Town
- Reading
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
- Small Region (ITL 3)
- TLJ16 Berkshire West
- Delivery Location
- TLI London, TLJ South East (England)
-
- Local Authority
- Reading
- Electoral Ward
- Thames
- Westminster Constituency
- Reading Central
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02b8a5-2022-04-28T11:41:23+01:00",
"date": "2022-04-28T11:41:23+01:00",
"ocid": "ocds-h6vhtk-02b8a5",
"initiationType": "tender",
"tender": {
"id": "FA1558",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Reseller Framework - IT Hardware and Software , Software renewals and Software Asset Management",
"classification": {
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
"mainProcurementCategory": "goods",
"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;",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "Duration in months 36"
},
"newValue": {
"text": "Duration in months 96"
},
"where": {
"section": "II.2.7",
"label": "Duration of the contract, framework agreement or dynamic purchasing system"
},
"relatedLot": "1 & 2"
}
]
},
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"text": "dafni_a@yahoo.com"
},
"newValue": {
"text": "procurement.support.centre@thameswater.co.uk"
},
"where": {
"section": "VI.4.1",
"label": "Procedures for review"
}
}
]
},
{
"id": "3",
"unstructuredChanges": [
{
"oldValue": {
"date": "2021-06-21T12:00:00+01:00"
},
"newValue": {
"date": "2021-06-24T12:00:00+01:00"
},
"where": {
"section": "IV.2.2"
}
}
],
"description": "PQQ Submission deadline for all lots has been extended to noon on 24th June 2021."
}
],
"status": "complete",
"lots": [
{
"id": "1",
"title": "IT Hardware Reseller",
"description": "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.",
"value": {
"amount": 10000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "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)."
},
"secondStage": {
"minimumCandidates": 10,
"maximumCandidates": 10
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": true,
"options": {
"description": "Any agreement will be awarded for an initial duration of 3 years, with the option to extend up to a maximum of 5 years."
},
"status": "cancelled"
},
{
"id": "2",
"title": "Software Reseller",
"description": "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 individual ITN. Please note that Suppliers may respond to one or both Lots and may, if successful, be awarded to supply both Lot requirements.",
"value": {
"amount": 110000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "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)."
},
"secondStage": {
"minimumCandidates": 10,
"maximumCandidates": 10
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": true,
"options": {
"description": "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)."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "30232000",
"description": "Peripheral equipment"
},
{
"scheme": "CPV",
"id": "30237200",
"description": "Computer accessories"
},
{
"scheme": "CPV",
"id": "50323200",
"description": "Repair of computer peripherals"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"deliveryLocation": {
"description": "Whole of the Thames Water region."
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "72268000",
"description": "Software supply services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"deliveryLocation": {
"description": "Whole of Thames Water region."
},
"relatedLot": "2"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"written"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "As detailed in the PQQ Documentation.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"reductionCriteria": "As detailed in section VI.3 & PQQ."
},
"submissionTerms": {
"depositsGuarantees": "Specified in Invitation to Negotiate Document.",
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"contractTerms": {
"tendererLegalForm": "Consortia may be required to form a legal entity prior to award.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true
},
"secondStage": {
"successiveReduction": true
},
"tenderPeriod": {
"endDate": "2021-06-21T12:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "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)."
},
"parties": [
{
"id": "GB-FTS-3198",
"name": "THAMES WATER UTILITIES LIMITED",
"identifier": {
"legalName": "THAMES WATER UTILITIES LIMITED"
},
"address": {
"streetAddress": "RG1 8DB",
"locality": "Reading",
"region": "UKJ11",
"postalCode": "RG18DB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Thames Water",
"email": "procurement.support.centre@thameswater.co.uk",
"url": "http://www.thameswater.co.uk/procurement"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.thameswater.co.uk/about-us/our-suppliers/procurement",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "WATER",
"description": "Water"
}
]
}
},
{
"id": "GB-FTS-17677",
"name": "Thames Water Utilities",
"identifier": {
"legalName": "Thames Water Utilities"
},
"address": {
"locality": "Reading",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "dafni_a@yahoo.com"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-51377",
"name": "Hardware - Specialist Computer Centre Plc",
"identifier": {
"legalName": "Hardware - Specialist Computer Centre Plc"
},
"address": {
"locality": "Birmingham",
"region": "UKG3",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-51378",
"name": "Software Software One UK Ltd",
"identifier": {
"legalName": "Software Software One UK Ltd"
},
"address": {
"locality": "Surrey",
"region": "UKJ2",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-51379",
"name": "Bytes Software Services Ltd",
"identifier": {
"legalName": "Bytes Software Services Ltd"
},
"address": {
"locality": "Surrey",
"region": "UKJ2",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-51380",
"name": "Computacenter UK Ltd",
"identifier": {
"legalName": "Computacenter UK Ltd"
},
"address": {
"locality": "Hatfield",
"region": "UKH2",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-3198",
"name": "THAMES WATER UTILITIES LIMITED"
},
"language": "en",
"description": "**** Please note, this is a Contract Award Notice **** 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.",
"awards": [
{
"id": "010927-2022-Hardware - Specialist Computer Centre Plc-1",
"relatedLots": [
"1"
],
"title": "Hardware & Associated Services Software & Associated Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-51377",
"name": "Hardware - Specialist Computer Centre Plc"
}
]
},
{
"id": "010927-2022-Software Software One UK Ltd-2",
"relatedLots": [
"2"
],
"title": "Reseller framework to procure hardware & software and associated services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-51378",
"name": "Software Software One UK Ltd"
}
]
},
{
"id": "010927-2022-Bytes Software Services Ltd-3",
"relatedLots": [
"2"
],
"title": "Reseller framework to procure hardware & software and associated services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-51379",
"name": "Bytes Software Services Ltd"
}
]
},
{
"id": "010927-2022-Computacenter UK Ltd-4",
"relatedLots": [
"2"
],
"title": "Reseller framework to procure hardware & software and associated services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-51380",
"name": "Computacenter UK Ltd"
}
]
}
],
"contracts": [
{
"id": "010927-2022-Hardware - Specialist Computer Centre Plc-1",
"awardID": "010927-2022-Hardware - Specialist Computer Centre Plc-1",
"title": "Hardware & Associated Services Software & Associated Services",
"status": "active",
"dateSigned": "2022-03-28T00:00:00+01:00"
},
{
"id": "010927-2022-Software Software One UK Ltd-2",
"awardID": "010927-2022-Software Software One UK Ltd-2",
"title": "Reseller framework to procure hardware & software and associated services",
"status": "active",
"dateSigned": "2022-03-28T00:00:00+01:00"
},
{
"id": "010927-2022-Bytes Software Services Ltd-3",
"awardID": "010927-2022-Bytes Software Services Ltd-3",
"title": "Reseller framework to procure hardware & software and associated services",
"status": "active",
"dateSigned": "2022-03-28T00:00:00+01:00"
},
{
"id": "010927-2022-Computacenter UK Ltd-4",
"awardID": "010927-2022-Computacenter UK Ltd-4",
"title": "Reseller framework to procure hardware & software and associated services",
"status": "active",
"dateSigned": "2022-03-28T00:00:00+01:00"
}
]
}