Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
SEVERN TRENT WATER LIMITED
02366686
2 St. Johns Street
COVENTRY
CV12LZ
UK
Contact person: Beata Galuszka
Telephone: +44 7977712516
E-mail: beata.galuszka@severntrent.co.uk
NUTS: UKG33
Internet address(es)
Main address: https://www.stwater.co.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://discovery.ariba.com/rfx/22494233
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://discovery.ariba.com/rfx/22494233
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DSEAR Inspection and Remedials (Electrical and Non-electrical)
II.1.2) Main CPV code
65100000
II.1.3) Type of contract
Services
II.1.4) Short description
Due to statutory requirements of DSEAR (Dangerous Substances and Explosive Atmospheres Regulations 2002) necessary documented evidence is captured verifying that all installed electrical or mechanical equipment within potentially explosive atmospheres is appropriately maintained, certified, fit for purpose, safe to use and has the correct protection concept.
The Framework is divided into 3 (three) Lots as detailed below:
Lot 1 - Electrical and Non-Electrical Ex Inspections
Lot 2 - Electrical Ex Remedial support
Lot 3 - Non-Electrical Ex Remedial support
II.1.5) Estimated total value
Value excluding VAT:
4 600 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Whilst Bidders can bid on the Lots as standalone or a combination of Lots in line with the Briefing pack instructions it is important to note that for reasons of commercial conflict of interest Bidders may:• not bid for both Lot 1 and Lot 2 or Lot 3;• bid for Lot 2 and Lot 3;• bid for Lot 2 or Lot 3 only.Below outlines the combination of Lots that can be awarded together if a Bidder wishes to bid for multiple Lots:Option 1:• Lot 1 - Electrical and Non-Electrical Ex Inspections or Option 2• Lot 2 - Electrical Ex Remedial support or Option 3:• Lot 3 - Non-Electrical Ex Remedial support or Option 4:• Lot 2 - Electrical Ex Remedial support, and• Lot 3 - Non-Electrical Ex Remedial support
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - Electrical and Non-Electrical Ex Inspections
II.2.2) Additional CPV code(s)
31600000
42418500
65100000
71317000
71631100
71631400
90420000
90430000
90480000
90490000
90711100
II.2.3) Place of performance
NUTS code:
UKF
UKG
II.2.4) Description of the procurement
Inspections- Electrical and Non-Electrical within DSEAR areas.
Delivery of inspection programme for all assets identified within zoned areas, frequency of inspection to be in-line with BS EN IEC 600079-17:2024 guidance (Visual - annual, Close - every 3 years and Detailed - once every 5 years). Capture the overall site condition and grade asset health, producing relevant reports.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
Initial 3 years award with further call offs up to 5 years (8 years total)
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
Lot No: 2
II.2.1) Title
Lot 2 - Electrical Ex Remedial support
II.2.2) Additional CPV code(s)
31600000
45259000
50532000
65100000
71317000
90420000
90430000
90480000
90711100
II.2.3) Place of performance
NUTS code:
UKF
UKG
II.2.4) Description of the procurement
Electrical Ex Remedial support in DSEAR areas.
Delivery of electrical remedial programme for all sites with assets identified from the inspection programme within zoned areas. Priority and focus of any remedial activity. To remove or extend electrical equipment out of zoned areas. ATEX certification and associated drawings to be provided following visit and rectification, producing RAMS for remedials and relevant reports.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
Initial 3 years award with further call offs up to 5 years (8 years total)
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
Lot No: 3
II.2.1) Title
Lot 3 - Non-Electrical Ex Remedial support
II.2.2) Additional CPV code(s)
45259000
65100000
71317000
90420000
90430000
90480000
90711100
II.2.3) Place of performance
NUTS code:
UKF
UKG
II.2.4) Description of the procurement
Non-Electrical Ex Remedial support in DSEAR areas.
Delivery of non-electrical remedial programme for all sites with assets identified from the inspection programme within zoned areas. Priority and focus of any remedial activity. To remove or extend electrical equipment out of zoned areas. ATEX certification and associated drawings to be provided following visit and rectification, producing RAMS for remedials and relevant reports.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
Initial 3 years award with further call offs up to 5 years (8 years total)
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
21/04/2025
Local time: 09:00
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.4) Procedures for review
VI.4.1) Review body
SEVERN TRENT WATER LIMITED
2 St. Johns Street
Coventry
CV12LZ
UK
VI.5) Date of dispatch of this notice
20/02/2025