Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Waste Infra Network Services

  • First published: 02 December 2019
  • Last modified: 02 December 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Severn Trent Water Limited (‘STW’)
Authority ID:
AA78234
Publication date:
02 December 2019
Deadline date:
31 December 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
45232400 Sewer construction work Ancillary works for pipelines and cables
90480000 Sewerage management services Sewage services
45232410 Sewerage work Ancillary works for pipelines and cables

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Neil.Dickens@severntrent.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.