Section one: Contracting entity
one.1) Name and addresses
Southern Water Services Ltd.
Southern House
Worthing
BN13 3NX
Simon.Logan@southernwater.co.uk
Telephone
+44 1903264444
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://southernwater.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://southernwater.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
prj_2596 - Waste Water Network Digitalisation Monitor Installation
two.1.2) Main CPV code
- 51612000 - Installation services of information-processing equipment
two.1.3) Type of contract
Services
two.1.4) Short description
Appointment of a framework partner to manage the Installation of 10’s of thousands of sewer level monitors across the Southern Water region (Kent, Sussex, Hampshire and the Isle of Wight). The selected framework partner will also maintain and service the estate of 10’s of thousands of sewer level sensors across the Southern Water region (Kent, Sussex, Hampshire and the Isle of Wight). This may involve working directly with sensors suppliers and Southern Water collaboratively and will include, but not be limited to, functionality and communication checks, fault finding, maintenance and cleaning. The installer partner will be responsible for the comprehensive process, including but not limited to Health & Safety arrangements and management, Customer Liaison and the processes around installing on private property, Traffic Management and relevant permits for working in the highway and public spaces. The framework partner may also be expected to provide a solution for collection of devices, stock holding and warehousing of sensors, scheduling and device and ancillary items management; in addition to operate and manage a process for issuing, returns and disposal at end of life.
Therefore the objective of this tender is to ensure that the successful Service Provider(s) can deliver the full scope of the work to provide installation and maintenance services for sewer level monitors across SWSs requirements. In bidding for this tender, you are confirming you are able to undertake the installation of sewer level monitors and associated services, including the Scope of Functional and Non Functional Requirements found in File 2 of this tender pack. SWs is seeking the services of between 1 and 3 framework providers to perform the entire schedule of duties, to ensure adequate geographical coverage in accordance with our delivery programme. Please refer to the associated Contract and Framework Agreement (Contract / Framework Agreement including Schedules) for further details on general requirements in order to respond to this Tender.
The installers will be responsible for the comprehensive process, including but not limited to Health & Safety arrangements and Management (please refer to SW Health and Safety Policies found in the suite of Index at File 6 of this tender pack, Customer Liaison and the processes around installing on private property, Traffic Management and relevant permits for working in the highway and public spaces. The framework partner will also be expected to provide a solution for stock holding and warehousing of sensors, and to operate and manage a process for issuing, returns and disposal.
The successful framework partner(s) shall maintain and service an estate of 10’s of thousands of sewer level sensors across the Southern Water region (Kent, Sussex, Hampshire and the Isle of Wight). This will involve working directly with sensors suppliers and Southern Water collaboratively and will include, but not be limited to, functionality and communication checks, fault finding, maintenance and cleaning.
Points to Note:
• Our ambitious timeline warrants completion of the roll out by end of May 2022
• Installation of sensors will be in pre-defined locations within geographical boundaries
• The density of installations for the areas in scope of the programme, is currently estimated to be approximately 20 devices per square kilometre.
• Based on field trials, where SWS have already installed, c. 120 SLM devices: once on site the average install time for a SLM device is expected to be in the range of 16 – 20 minutes.
• File 9 LAC Boundaries illustrates a high-level view of density and distribution
• Working collaboratively with up to 5 framework sensors suppliers already working on supply.
• Manage inventory of sensors and ancillaries to meet program timescale
• Manage the process of permits to work in highways where required
• Manage the process of customer appointments where required
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 45317000 - Other electrical installation work
- 90491000 - Sewer survey services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
Appointment of a framework partner to manage the Installation of 10’s of thousands of sewer level monitors across the Southern Water region (Kent, Sussex, Hampshire and the Isle of Wight). The selected framework partner will also maintain and service the estate of 10’s of thousands of sewer level sensors across the Southern Water region (Kent, Sussex, Hampshire and the Isle of Wight). This may involve working directly with sensors suppliers and Southern Water collaboratively and will include, but not be limited to, functionality and communication checks, fault finding, maintenance and cleaning. The installer partner will be responsible for the comprehensive process, including but not limited to Health & Safety arrangements and management, Customer Liaison and the processes around installing on private property, Traffic Management and relevant permits for working in the highway and public spaces. The framework partner may also be expected to provide a solution for collection of devices, stock holding and warehousing of sensors, scheduling and device and ancillary items management; in addition to operate and manage a process for issuing, returns and disposal at end of life.
Therefore the objective of this tender is to ensure that the successful Service Provider(s) can deliver the full scope of the work to provide installation and maintenance services for sewer level monitors across SWSs requirements. In bidding for this tender, you are confirming you are able to undertake the installation of sewer level monitors and associated services, including the Scope of Functional and Non Functional Requirements found in File 2 of this tender pack. SWs is seeking the services of between 1 and 3 framework providers to perform the entire schedule of duties, to ensure adequate geographical coverage in accordance with our delivery programme. Please refer to the associated Contract and Framework Agreement (Contract / Framework Agreement including Schedules) for further details on general requirements in order to respond to this Tender.
The installers will be responsible for the comprehensive process, including but not limited to Health & Safety arrangements and Management (please refer to SW Health and Safety Policies found in the suite of Index at File 6 of this tender pack, Customer Liaison and the processes around installing on private property, Traffic Management and relevant permits for working in the highway and public spaces. The framework partner will also be expected to provide a solution for stock holding and warehousing of sensors, and to operate and manage a process for issuing, returns and disposal.
The successful framework partner(s) shall maintain and service an estate of 10’s of thousands of sewer level sensors across the Southern Water region (Kent, Sussex, Hampshire and the Isle of Wight). This will involve working directly with sensors suppliers and Southern Water collaboratively and will include, but not be limited to, functionality and communication checks, fault finding, maintenance and cleaning.
Points to Note:
• Our ambitious timeline warrants completion of the roll out by end of May 2022
• Installation of sensors will be in pre-defined locations within geographical boundaries
• The density of installations for the areas in scope of the programme, is currently estimated to be approximately 20 devices per square kilometre.
• Based on field trials, where SWS have already installed, c. 120 SLM devices: once on site the average install time for a SLM device is expected to be in the range of 16 – 20 minutes.
• File 9 LAC Boundaries illustrates a high-level view of density and distribution
• Working collaboratively with up to 5 framework sensors suppliers already working on supply.
• Manage inventory of sensors and ancillaries to meet program timescale
• Manage the process of permits to work in highways where required
• Manage the process of customer appointments where required
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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: 2021/S 000-006023
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 December 2021
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
31 December 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: IF YOU ARE ALREADY REGISTERED ON SOUTHERN WATERS E-TENDERING PORTAL PLEASE GO STRAIGHT TO STEP 2 BELOW.
IF UNREGISTERED PLEASE FOLLOW THE INSTRUCTIONS BELOW TO REGISTER
1. Register your company on the e-tendering portal https://southernwater.bravosolution.co.uk (this is only required once).
Select the ‘Login or register to participate’ link above and click the ‘Register now’ link on the home page.
Accept the terms and conditions and click ‘Next’
Enter your correct business and user details.
Note the username you chose and click ‘Save’ when complete
You will shortly receive an email with your unique password (please keep this secure).
2. Respond to the PQQ/ITT
Login to the portal with your username/password.
Click the ‘PQQs Open To All Suppliers or ITT's Open To All Suppliers’ link.
Click on the relevant PQQ/ITT
Click the ‘Express Interest’ button on the right-hand side of the page,
This will move the PQQ/ITT into your My PQQs or My ITT's page. (This is a secure area reserved for your projects only).
You can now access any attachments by clicking the Settings and Buyer Attachments under ‘PQQ Details’ or ‘ITT Details’.
3. Responding to the PQQ/ITT
You can now choose to ‘Create Response’. If you are declining to respond please click on the three dots and select ‘Decline To Respond’ (please give a reason if declining).
You must use the Messages function to communicate to the Procurement Officer and seek any clarification.
Note the deadline for completion then follow the onscreen instructions to complete your response to the PQQ/ITT.
You must then publish your reply using the ‘Submit Response’ button at the right hand side of the screen.
If you have a technical issue please use the online Help function or call the free helpline on 0800 069 8630.
six.4) Procedures for review
six.4.1) Review body
Southern Water Services
Yeoman Road
Durrington
BN13 3NX
Country
United Kingdom