Tender

Main Security Tender Event for AMP8

  • SEVERN TRENT WATER LIMITED

F05: Contract notice – utilities

Notice identifier: 2023/S 000-025946

Procurement identifier (OCID): ocds-h6vhtk-03c547

Published 1 September 2023, 8:50pm



Section one: Contracting entity

one.1) Name and addresses

SEVERN TRENT WATER LIMITED

2 St. Johns Street

COVENTRY

CV12LZ

Email

kuldip.singh@severntrent.co.uk

Country

United Kingdom

Region code

UKG33 - Coventry

Companies House

02366686

Internet address(es)

Main address

https://www.severntrent.com/

Buyer's address

https://www.severntrent.com/about-us/governance/our-policies/

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Main Security Tender Event for AMP8

Reference number

WS1325771019

two.1.2) Main CPV code

  • 35120000 - Surveillance and security systems and devices

two.1.3) Type of contract

Supplies

two.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.

two.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.

two.2) Description

two.2.1) Title

Electronic Security

Lot No

1

two.2.2) Additional CPV code(s)

  • 35120000 - Surveillance and security systems and devices

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKL - Wales
Main site or place of performance

Severn Trent and Hafren Dyfrdwy

Full details within the briefing documents

two.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

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

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.

two.2.10) Information about variants

Variants will be accepted: No

two.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.

two.2) Description

two.2.1) Title

Physical Security

Lot No

2

two.2.2) Additional CPV code(s)

  • 35120000 - Surveillance and security systems and devices

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKL - Wales
Main site or place of performance

ST and HD footprint - see tender docs

two.2.4) Description of the procurement

Physical security equipment and services, e.g.

Rated doors,

Bar sets over windows /openings,

hatches

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

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)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

extension of the agreement subject to renewal by the Utilities

two.2) Description

two.2.1) Title

IT security network services

Lot No

3

two.2.2) Additional CPV code(s)

  • 35120000 - Surveillance and security systems and devices

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKL - Wales
Main site or place of performance

Severn Trent and Hafred Dyfrdwy

two.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.

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

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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

extension at discretion of Utility.

two.2) Description

two.2.1) Title

Security Fencing, Gates, and Barriers

Lot No

4

two.2.2) Additional CPV code(s)

  • 34928110 - Road barriers
  • 34928120 - Barrier components
  • 34928310 - Safety fencing
  • 44221300 - Gates
  • 44221310 - Access gates

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKL - Wales
Main site or place of performance

Water sites in Severn Trent and Hafren Dyfrdwy regions

two.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)

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

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)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend by the Utility

two.2) Description

two.2.1) Title

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

Lot No

5

two.2.2) Additional CPV code(s)

  • 35120000 - Surveillance and security systems and devices

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKL - Wales
Main site or place of performance

Severn Trent and Hafren Dyrdwy regions

two.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.

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

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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

options to extend by the Utility


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

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.

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

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%


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 2

In the case of framework agreements, provide justification for any 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.

four.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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-012355

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

Date

6 October 2023

Local time

5:00pm

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

14 November 2023

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.4) Procedures for review

six.4.1) Review body

Severn Trent Water

Coventry

Country

United Kingdom