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