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

Main Security Tender Event for AMP8

  • First published: 02 September 2023
  • Last modified: 02 September 2023
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03c547
Published by:
Severn Trent Water Limited
Authority ID:
AA20571
Publication date:
02 September 2023
Deadline date:
06 October 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Provision of contracts for Capital installation, and / or Operational Maintenance for Electronic Security products and services on ST / HD sites: category includes (but not limited to)

Visual Verification / CCTV: (Inc VA, NVR's, DVR's Cameras)

Intruder Alarms (IDS, PIDS)

Intercoms: (Commend, IP, Telguard, Analogue)

Access Control (Card/Pass, PIN)

Sensors and panels

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

SEVERN TRENT WATER LIMITED

02366686

2 St. Johns Street

COVENTRY

CV12LZ

UK

E-mail: kuldip.singh@severntrent.co.uk

NUTS: UKG33

Internet address(es)

Main address: https://www.severntrent.com/

Address of the buyer profile: https://www.severntrent.com/about-us/governance/our-policies/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://discovery.ariba.com/rfx/17297131


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://discovery.ariba.com/rfx/17297131


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Main Security Tender Event for AMP8

Reference number: WS1325771019

II.1.2) Main CPV code

35120000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Full details are available in the documents within our SAP ARIBA pages, accessible via the Discovery post link. In summary:

Organisations are called to provide a PQQ application to take part in a competition to bid for a range of security contract agreement/s as applicable to their specialist category provision to The Utilities.

The intention is to contract for these services, commencing in the first half of 2024, for a duration of 5 years with an option to extend for a further 3 years (As 1yr +1yr +1yr) - (total potential agreement - 8 years)

Outline of the requirement

This competition tender process is for the provision of a range of security capital frameworks and maintenance contracts covering goods, services, and works, across the Severn Trent region, and Hafren Dyfrdwy region.

A summary of the scope of the competition is as follows:

The Utilities intend to let a range of Capital Framework agreements as (both entities):

* Lot 1A Electronic Security Capital Framework

* Lot 2 Physical Security Capital Framework

* Lot 4A Security Fencing, Gates, and Barriers Capital Framework

* Lot 5 Security All Services ("Tier 1") Capital Framework

The Utility intends to let a range of Operational Maintenance agreements as:

* Lot 1B Electronic Security Maintenance Agreement - Severn Trent East sites (asset split)

* Lot 1C Electronic Security maintenance Agreement - Severn Trent West sites (asset split)

* Lot 1D Electronic Security maintenance Agreement - Hafren Dyfrdwy region sites

* Lot 3 Security Network IT Services Maintenance Agreement (ST & HD region)

* Lot 4B Automatic Gates and Barriers Maintenance Agreement (ST & HD Region)

Details and values of Lot/ contracts will be found in the briefing documents available to view and download.

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:

Contract Lots are split into sector specialisms within the asset security category so we expect suppliers to provision within contract Lots.

II.2) Description

Lot No: 1

II.2.1) Title

Electronic Security

II.2.2) Additional CPV code(s)

35120000

II.2.3) Place of performance

NUTS code:

UKF

UKG

UKL


Main site or place of performance:

Severn Trent and Hafren Dyfrdwy

Full details within the briefing documents

II.2.4) Description of the procurement

Provision of contracts for Capital installation, and / or Operational Maintenance for Electronic Security products and services on ST / HD sites: category includes (but not limited to)

Visual Verification / CCTV: (Inc VA, NVR's, DVR's Cameras)

Intruder Alarms (IDS, PIDS)

Intercoms: (Commend, IP, Telguard, Analogue)

Access Control (Card/Pass, PIN)

Sensors and panels

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: 60

This contract is subject to renewal: Yes

Description of renewals:

initial term of 5 years (60 months), then subject to renewal as 3 x 12 months (1yr per) up to a maximum of 8 years total.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Term of the agreement renewal subject to review, and will be extended at discretion of the Utilities.

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

Physical Security

II.2.2) Additional CPV code(s)

35120000

II.2.3) Place of performance

NUTS code:

UKF

UKG

UKL


Main site or place of performance:

ST and HD footprint - see tender docs

II.2.4) Description of the procurement

Physical security equipment and services, e.g.

Rated doors,

Bar sets over windows /openings,

hatches

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: 60

This contract is subject to renewal: Yes

Description of renewals:

5 year initial term then subject to renewal extension as 1yr, + 1yr +1 yr (up to a total 8 years)

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

extension of the agreement subject to renewal by the Utilities

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

IT security network services

II.2.2) Additional CPV code(s)

35120000

II.2.3) Place of performance

NUTS code:

UKF

UKG

UKL


Main site or place of performance:

Severn Trent and Hafred Dyfrdwy

II.2.4) Description of the procurement

Procurement of an organisation to manage all security network services including:

configuration,

integration,

remote support

manages all of the ARC configuration and will be one Operational Maintenance and service agreement covering both ST and HD.

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: 60

This contract is subject to renewal: Yes

Description of renewals:

renewal at discretion of Utility, on 1yr + 1yr + 1yr basis up to maximum of 3 years

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

extension at discretion of Utility.

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: 4

II.2.1) Title

Security Fencing, Gates, and Barriers

II.2.2) Additional CPV code(s)

34928110

34928120

34928310

44221300

44221310

II.2.3) Place of performance

NUTS code:

UKF

UKG

UKL


Main site or place of performance:

Water sites in Severn Trent and Hafren Dyfrdwy regions

II.2.4) Description of the procurement

Procurement of Capital Install frameworks for Security fencing, gates, and barriers provision

Procurement of Operational maintenance agreement for automated gates and barriers. examples of sub-category:

Gates / Barriers: (Single Arm, Bifold, Cantilever)

Fencing: (Rated/security standard such as Zaun, Expamet, Profiled Mesh Panel)

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: 60

This contract is subject to renewal: Yes

Description of renewals:

art review and discretion of the utility the agreement(s) will be renewed in 12 month increments x 3. (up to a max 8 years)

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend by the Utility

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: 5

II.2.1) Title

Asset Security "All Services" aggregator capital framework ("Tier 1" style)

II.2.2) Additional CPV code(s)

35120000

II.2.3) Place of performance

NUTS code:

UKF

UKG

UKL


Main site or place of performance:

Severn Trent and Hafren Dyrdwy regions

II.2.4) Description of the procurement

Security Asset Services framework agreement described in our Lot 1, 2, & 4 scope as a Tier 1 style provider, for capital install "turn-key" projects.

Lot 5 security framework supplier(s) must have access to its own supply-chain to provide all of the requirements, including full CDM capability, design capability, project management, construction management, etc. Scope includes (but not wholly limited to) :

Electronic Security:

Visual Verification / CCTV: (Inc VA, NVR's, DVR's Cameras)

Intruder Alarms (IDS, PIDS)

Intercoms: (Commend, IP, Telguard, Analogue)

Access Control (Card/Pass, PIN)

Sensors and panels

Physical Security:

Rated doors, Bar sets over windows /openings, hatches

Fencing and Gates:

Gates / Barriers: (Single Arm, Bifold, Cantilever)

Fencing: (Rated/security standard such as Zaun, Expamet, Profiled Mesh Panel)

Expect associated civils etc as part of facilitation works in site upgrade requirements, often to be defined at the call-off stage.

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: 60

This contract is subject to renewal: Yes

Description of renewals:

to be renewed at discretion and review of the Utilities, as 12 months x 3, up to max 8 years duration.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

options to extend by the Utility

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 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:

All applicants are to review the procurement briefing documentation.

Applicants to review the pre-qualification questionnaire, and determine for themselves which contract / lot they wish to be involved with.

All applicants shall complete Part A Once only

Applicants should complete a separate Part B PQQ document submission for each contract application, i.e. Lot 1 A, Lot 1B, etc.

Please note - all documents at launch are at PQQ level for the stage and subject to update and iteration related to the stage, i.e. RFP stage will see further updates to Draft Contract, Specifications, KPI /SLA etc.

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

All applicants must pass all the pass / fail requirements of PQQ core Part A to be evaluated at PQQ.

Due to the volume of responses expected the Utility will not be providing individual feedback at PQQ stage.

Current Evaluation Criteria for RFP stage is determined as:

Quality/ Technical at 50%

Commercial / Legal at 50%

III.2) Conditions related to 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: 2

Justification for any framework agreement duration exceeding 8 years: Initial term of all contracts is 5 years, with option to extend by a further 3 years, as (1 + 1 + 1 ), following review, to maximum of 8 years.

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: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-012355

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 06/10/2023

Local time: 17:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 14/11/2023

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

Coventry

UK

VI.5) Date of dispatch of this notice

01/09/2023

Coding

Commodity categories

ID Title Parent category
44221310 Access gates Windows, doors and related items
34928120 Barrier components Road furniture
44221300 Gates Windows, doors and related items
34928110 Road barriers Road furniture
34928310 Safety fencing Road furniture
35120000 Surveillance and security systems and devices Emergency and security equipment

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:
kuldip.singh@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.