Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Severn Trent Water Ltd
Severn Trent Centre, 2 St John's Street
Coventry
CV1 2LZ
UK
Contact person: Matt Shenton
Telephone: +44 2477500000
E-mail: Matthew.Shenton@severntrent.co.uk
NUTS: UK
Internet address(es)
Main address: www.stwater.co.uk
Address of the buyer profile: https://severntrent.bravosolution.co.uk/web/login.html
I.1) Name and addresses
Hafren Dyfrdwy Cyfyngedig
Packsaddle Wrexham Road, Rhostyllen
Wrexham
LL14 4EH
UK
Contact person: Matt Shenton
E-mail: Matthew.Shenton@severntrent.co.uk
NUTS: UK
Internet address(es)
Main address: www.hdcymru.co.uk
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:
https://severntrent.bravosolution.co.uk/web/login.html
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.4) Type of the contracting authority
Other: Other
I.5) Main activity
Other: Waste and water treatment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Water Infrastructure Network Services
Reference number: project_726
II.1.2) Main CPV code
65100000
II.1.3) Type of contract
Services
II.1.4) Short description
STW and HD wish to award contracts for the provision of works and services relating to repair and maintenance on the water distribution network (dig and fix), reinstatement and the provision and management of temporary traffic management services. Further details of the works and services are included in the procurement documents. The procurement will divided into two lots, each of which will be divided into four sublots. For full details, please refer to the procurement documents.
II.1.5) Estimated total value
Value excluding VAT:
498 000 000.00
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 the following lots or group of lots. Any of lots 1 and 2 (and any sublots within those lots) can be combined into a single contract should a participant be successful in one than one lot (or sublot). The participant must apply for each main lot separately.
II.2) Description
Lot No: 1
II.2.1) Title
Water Network — Temporary Traffic Management
II.2.2) Additional CPV code(s)
34923000
34992200
34996100
45316212
50232200
63712700
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
STW and HD wish to award contracts for the provision and distribution of temporary traffic management in accordance with the New Roads and Street Works Act (NRSWA), Chapter 8 signing and guarding and temporary traffic management arrangements to support water network repair and maintenance services. This lot will be divided into four sublots for geographical areas.
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:
88 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Extension options of up to 60 months in total. Further details on options for the duration are set out within the procurement documents.
II.2.9) Information about the limits on the number of candidates to be invited
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
RFP documentation will be available during May/June 2020. Further details will be contained in the procurement documents.
No exclusivity or guarantee of volume.
Candidate must apply for a minimum of two sublots within this lot.
Lot No: 2
II.2.1) Title
Water Network — Repair, Maintenance and Reinstatement Services
II.2.2) Additional CPV code(s)
44161200
45231100
45231110
45233100
45233139
45233220
45233251
45233253
45233280
45233290
65100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
STW and HD wish to award contracts for the provision of works services relating to the excavation, repair and maintenance of water mains (up to and including 300 mm dia) together with associated apparatus backfill and reinstatement of excavations in footway and all excavations in highway.
Barrier staff for delivery and collection of grabs and barriers.
This lot will be divided into four sub-lots for geographical areas.
More information can be found in 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:
410 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Extension options of up to 60 months in total. Further details on options for the duration are set out in the procurement documents.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
As identified in the procurement documents.
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
RFP documentation will be available during May/June 2020.
No exclusivity or guarantee of volume.
Candidate must apply for a minimum of two sublots within this lot.
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 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.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
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.1.8) 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 107-261190
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/06/2020
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
07/09/2020
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: 24 (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
RFP documentation will be available during May/June 2020.
There is no guarantee that a candidate will be invited to tender.
STW and HD are not bound to enter into any contractual 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.
VI.4) Procedures for review
VI.4.1) Review body
Severn Trent Water
2 St John's Street
Coventry
CV1 2LZ
UK
Telephone: +44 2477500000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
STW and HD will incorporate a ten (10) calendar day standstill period in accordance with the Utilities Contracts Regulations 2016. The Utilities Contracts Regulations 2016 provide the aggrieved parties who have been harmed or who are at risk of harm to take action in the High Court.
VI.5) Date of dispatch of this notice
11/05/2020