Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Severn Trent Water Limited (‘STW’)
Severn Trent Centre, 2 St John's Street
Coventry
CV1 2LZ
UK
Contact person: Neil Dickens
Telephone: +44 2477715000
E-mail: Neil.Dickens@severntrent.co.uk
NUTS: UK
Internet address(es)
Main address: https://severntrent.bravosolution.co.uk/web/login.html
I.1) Name and addresses
Hafren Dyfrdwy Cyfyngedig (‘HD’)
Packsaddle Wrexham Road, Rhostyllen
Wrexham
LL14 4EH
UK
Contact person: Neil Dickens
E-mail: Neil.Dickens@severntrent.co.uk
NUTS: UK
Internet address(es)
Main address: https://severntrent.bravosolution.co.uk/web/login.html
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.severntrent.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://severntrent.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Waste Infra Network Services
Reference number: project_729
II.1.2) Main CPV code
45232410
II.1.3) Type of contract
Services
II.1.4) Short description
Each of STW and HD wish to award framework agreements for the provision of 24/7 reactive maintenance, civils and proactive works to waste infra network for Severn Trent and Hafren Dyfrdwy including but not limited to: repairs, cleaning, installation, traffic management, re-instatement, CCTV investigation, planning and scheduling.
II.1.5) Estimated total value
Value excluding VAT:
504 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The contracting authority reserves the right to award contracts combining Lots 1 and 2 in a single contract should a participant be successful in more than 1 lot. Participants must apply for each lot separately. Refer to the procurement documents for further information. Bravo reference project-729 Waste Infra Network Services.
II.2) Description
Lot No: 1
II.2.1) Title
Customer Reactive Work
II.2.2) Additional CPV code(s)
90480000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UKG1, UKG2, UKG3, UKF1, UKK1, UKL2, UKF3, UKE3.
II.2.4) Description of the procurement
Each of STW and HD wish to award framework agreements for 24/7 reactive maintenance, civils and proactive works to waste infra network for STW and HD including but not limited to: repairs, cleaning, installation, traffic management, reinstatment, CCTV investigation, planning, scheduling and remedial works.
In addition, Lot 1 includes the requirement to undertake proactive works as part of annual planned work programme on the sewerage networks of STW and HD as part including but not limited to; planned cleanses, programme repairs, investigational works, mapping, planning and scheduling.
Further details are provided within the procurement documents.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
444 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2021
End:
31/03/2025
This contract is subject to renewal: Yes
Description of renewals:
Extension options of up to 48 months to 31.3.2029. Further details are provided within the procurement documents.
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
No
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.2.14) Additional information
Each of STW and HD reserve the right to commence the framework agreement earlier to take account of any required mobilisation activity, which will take place prior to the services start date indicated in the contract notice. Where the contract is commenced earlier, the end date of the contract may be revised to ensure that its duration is no longer than 8 years.
Lot No: 2
II.2.1) Title
Proactive Works
II.2.2) Additional CPV code(s)
45232400
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UKG1, UKG2, UKG3, UKF1, UKK1, UKL2, UKF3, UKE3.
II.2.4) Description of the procurement
Each of STW and HD wish to award framework agreements for proactive works as part of annual proactive works programme on the sewerage networks of STW and HD including but not limited to; planned cleanses, programme repairs, investigational works, mapping, planning and scheduling.
In year 1, the allocation of planned works programme will be split 50:50 between Lots 1 and Lots 2.
Further information is available within the procurement documentation.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
60 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2021
End:
31/03/2025
This contract is subject to renewal: Yes
Description of renewals:
Extension options of up to 48 months to 31.3.2029. Further details are provided within the procurement documents.
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
No
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.2.14) Additional information
Each of STW and HD reserve the right to commence the framework agreement earlier to take account of any required mobilisation activity, which will take place prior to the services start date indicated in the contract notice. Where the contract is commenced earlier, the end date of the contract may be revised to ensure that its duration is no longer than 8 years.
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 stated within the procurement documents.
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
As stated within the procurement documents.
III.1.6) Deposits and guarantees required:
As stated within the procurement documents.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not applicable.
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As stated within the procurement documents.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated within the procurement documents.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with 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 with several operators.
Envisaged maximum number of participants to the framework agreement: 3
Justification for any framework agreement duration exceeding 8 years: N/A
IV.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
IV.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:
Not withstanding the statement above, STW and HD reserve the right to undertake an electronic auction and to the extent that they do so, the electronic auction will only apply to certain elements of commercial pricing.
Further information is set out in the procurement documents.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 103-249676
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
31/12/2019
Local time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
27/01/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 36 (from the date stated for receipt of tender)
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
Expressions of interest should be notified via Bravo on or before 2 p.m. on 31.12.2019.
Applicants should refer to the instructions to participants for the timetable for responding to the pre-qualification questionnaire.
There is no guarantee that a candidate will be invited to tender.
STW and HD are not bound to enter into framework agreements with any party.
There is no contractual right (express or implied) which arises from this notice or the procurement process.
STW and/or HD may terminate the procurement process at any time.
Response to this notice, the submission of a response to the PQQ, submission of tenders and/or participation in the procurement
Process is at the candidates own cost and expense.
There is no guarantee of volume or exclusivity under any of the lots or frameworks.
VI.4) Procedures for review
VI.4.1) Review body
Severn Trent Water
2 St John's Street
Coventry
CV1 2LZ
UK
E-mail: neil.dickens@severntrent.co.uk
Internet address(es)
URL: https://severntrent.bravosolution.co.uk/web/login.html
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures:
STW and HD will incorporate a 10 calendar day standstill period in accordance with the Utilities Contracts Regulations 2016. The Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or at risk of harm to take action in the High Court of England and Wales.
VI.4.4) Service from which information about the review procedure may be obtained
Severn Trent Water
2 St John's Street
Coventry
CV1 2LZ
UK
E-mail: neil.dickens@severntrent.co.uk
Internet address(es)
URL: https://severntrent.bravosolution.co.uk/web/login.html
VI.5) Date of dispatch of this notice
28/11/2019