Section one: Contracting entity
one.1) Name and addresses
SEVERN TRENT WATER LIMITED
2 St. Johns Street
COVENTRY
CV12LZ
Contact
Amarjit Chauhan
amarjit.chauhan@severntrent.co.uk
Telephone
+44 7702544078
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Hafren Dyfrdwy Limited (HD)
2 St. Johns Street
Wrexham
CV12LZ
Contact
Amarjit Chauhan
amarjit.chauhan@severntrent.co.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Severn Trent Services Operations UK Limited
2 St. Johns Street
Coventry
CV12LZ
Contact
Amarjit Chauhan
amarjit.chauhan@severntrent.co.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://discovery.ariba.com/rfx/10340472
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://discovery.ariba.com/rfx/10340472
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Other activity
Water & Sewage Removal and Treatment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Driver Risk Assessment & Training Services
two.1.2) Main CPV code
- 80500000 - Training services
two.1.3) Type of contract
Services
two.1.4) Short description
ST Group Companies wish to continue to reduce driving risk through a range of assessment and training measures which include:
• Individual driver risk assessments
• Training interventions to address different risk levels and requirements.
• Accurate and regular checks of our employee driving licence qualifications.
• Practical vehicle and licence category training to deliver operational competence and legal compliance.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Driver Risk assessment and Associated Learning
Lot No
1
two.2.2) Additional CPV code(s)
- 34151000 - Driving simulators
- 34152000 - Training simulators
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1 - Driver Risk assessment and Associated learning
• Access to an individual risk assessment tool for all business drivers. The assessment can be completed electronically and on mobile devices, tablets etc. but with contingency for those staff without access to e-mail or electronic devices.
• Engaging and relevant - the assessments will be tailored to reflect different situational and behavioural risk factors such as vehicle type, levels of driver experience etc and may draw on real time telematics or app-based data.
• Comprehensive reporting with overall risk summaries and explanation of typical behaviours associated with specific risk categories as well as initial advice and guidance about reducing risk.
In addition to the risk assessment tool there are specific training requirements within this Lot:
• Training interventions designed to address hazards and risks identified through the risk assessment. The interventions should be aligned with specific risk categories and will be blended to form individual learning pathways.
• Bite-sized learning modules which will typically be video-based, will be used to create continuous engagement opportunities and will supplement more formal e-learning, classroom training and / or practical 'in vehicle' instruction.
• New starters at the ST Group Companies would be included as part of the audience for risk assessment and training - assuming they drive a company vehicle or undertake business mileage in a private vehicle.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Extension Options of up to 24 months in total. Further details set out in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Driver Licence and Operational Skills Training
Lot No
2
two.2.2) Additional CPV code(s)
- 22454000 - Driving licences
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2 - Driver Licence and Operational skills training
The Lot consists of a range of training and assessment designed to meet mandatory requirements (Licence entitlement, approved DCPC periodic training etc.) as well as training arising from the use of specific vehicle types, operational activities or driving hazards:
• Category B + E, C, C + E, C1, C1 + E Driving Licence
• DCPC accredited periodic training
• Four Wheel Drive vehicles - On and Off Road
• All-Terrain Vehicles
• Towing - for new and experienced staff
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Extension Options of up to 24 months in total. Further details set out in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Driver Licence Checking Services
Lot No
3
two.2.2) Additional CPV code(s)
- 22454000 - Driving licences
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 3 - Driver Licence Checking Services
This lot is all about ensuring our drivers hold the correct licence for their specific vehicle. The employee will be asked to complete a licence mandate which gives the supplier permission to complete the below checks:
• Licence periodically checked depending on how many points the licence holds
• All categories including C, C1, C+E etc
• Tachograph, LCV, CPC expiry if applicable
• Disqualification, endorsements, restrictions
• Licence expiry / Card renewal date
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Extension Options of up to 24 months in total. Further details set out in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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 in the procurement documents.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
As stated in the procurement documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
31 May 2021
Local time
5:00pm
Changed to:
Date
10 June 2021
Local time
5:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Expressions of interest should be notified via Sap Ariba on or before June 2021 with completed PQQ documents. Applicants should refer to the instructions to participants for the timetable responding to the prequalification questionnaire. There is no guarantee that a candidate will be invited to tender.
STW, HD and STS are not bound to enter into contracts with any party. There is no contractual right (express or implied) which arises from this notice or the procurement process. STW, HD and STS may terminate this 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 contracts.
six.4) Procedures for review
six.4.1) Review body
Severn Trent Water
Coventry
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
STW, HD and STS will incorporate a ten (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 or harm to take action in the High Court of England and Wales.