United Kingdom-Coventry: Repair and maintenance services of reservoirs. Deadline:23.08.2019
2019/S 142-350607
Contract notice – utilities
Services
Legal Basis:
Directive 2014/25/EU
Section I: Contracting entity
I.1)
Name and addresses
Severn Trent Water Ltd
Severn Trent Centre, 2 St John's Street
Coventry
CV1 2LZ
United Kingdom
E-mail: This e-mail address is being protected from spambots. You need JavaScript enabled to view it
NUTS code: UK
Internet address(es):
Main address: https://severntrent.bravosolution.co.uk/web/login.html
I.1)
Name and addresses
Hafren Dyfrdwy Cyfyngedig
03527628
Packsaddle Wrexham Road, Rhostyllen
Wrexham
LL14 4EH
United Kingdom
E-mail: This e-mail address is being protected from spambots. You need JavaScript enabled to view it
NUTS code: UK
Internet address(es):
Main address: https://severntrent.bravosolution.co.uk
I.2)
Information about joint procurement
The contract involves joint procurement
I.3)
Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://severntrent.bravosolution.co.uk/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://severntrent.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be submitted to the abovementioned address
I.6)
Main activity
Water
Section II: Object
II.1)
Scope of the procurement
II.1.1)
Title:
Distribution Service Reservoir and Water Production Tanks Framework Agreements
Reference number: Project_757
II.1.2)
Main CPV code
50514200
II.1.3)
Type of contract
Services
II.1.4)
Short description:
Each of STW and HD wish to award Framework Agreements to inspect, flood test and repair the distribution service reservoirs and all water production tanks.
II.1.5)
Estimated total value
Value excluding VAT: 36 000 000.00 GBP
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:
The participants must apply for each lot separately, refer to the procurement document for more information.
II.2)
Description
II.2.1)
Title:
Inspection and Flood Test
Lot No: 1
II.2.2)
Additional CPV code(s)
71000000
71631400
71631460
II.2.3)
Place of performance
NUTS code: UK
II.2.4)
Description of the procurement:
Each of STW and HD wish to award a contract to inspect and flood test all distribution services reservoirs and water production tanks.
II.2.5)
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)
Estimated value
Value excluding VAT: 3 000 000.00 GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/07/2020
End: 30/06/2023
This contract is subject to renewal: yes
Description of renewals:
Initial term is 3 years with + 1 + 1 extension options. Further details set out in the procurement documents.
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged minimum number: 2
II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: no
II.2.12)
Information about electronic catalogues
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)
Additional information
II.2)
Description
II.2.1)
Title:
Live Repairs
Lot No: 2
II.2.2)
Additional CPV code(s)
45247270
50514200
90913000
90913200
II.2.3)
Place of performance
NUTS code: UK
II.2.4)
Description of the procurement:
Each of STW and HD wish to award a contract to repair, clean and flood test on live distribution services reservoirs and water production tanks.
II.2.5)
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)
Estimated value
Value excluding VAT: 3 000 000.00 GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/07/2020
End: 30/06/2022
This contract is subject to renewal: yes
Description of renewals:
Initial term is 3 years with + 1 + 1 extension options. Further details set out in the procurement documents.
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged minimum number: 2
Objective criteria for choosing the limited number of candidates:
Refer to procurement documents for further information.
II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: no
II.2.12)
Information about electronic catalogues
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)
Additional information
II.2)
Description
II.2.1)
Title:
Minor repairs
Lot No: 3
II.2.2)
Additional CPV code(s)
45247270
50514200
90913000
90913200
II.2.3)
Place of performance
NUTS code: UK
II.2.4)
Description of the procurement:
Each of STW and HD wish to award a contract for minor repairs, cleaning and flood tests on distribution services reservoirs and water production tanks.
II.2.5)
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)
Estimated value
Value excluding VAT: 6 000 000.00 GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/07/2020
End: 30/06/2023
This contract is subject to renewal: yes
Description of renewals:
Initial term is 3 years with + 1 + 1 extension options. Further details set out in the procurement documents.
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged minimum number: 2
II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: no
II.2.12)
Information about electronic catalogues
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)
Additional information
II.2)
Description
II.2.1)
Title:
Major Repairs
Lot No: 4
II.2.2)
Additional CPV code(s)
45247270
50514200
90913000
90913200
II.2.3)
Place of performance
NUTS code: UK
II.2.4)
Description of the procurement:
Each of STW and HD wish to award Framework Agreements for major repairs, cleaning and flood tests on distribution services reservoirs and water production tanks.
II.2.5)
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)
Estimated value
Value excluding VAT: 24 000 000.00 GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/07/2020
End: 30/06/2023
This contract is subject to renewal: yes
Description of renewals:
Initial term is 3 years with + 1 + 1 extension options. Further details set out in the procurement documents.
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: no
II.2.12)
Information about electronic catalogues
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)
Additional information
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
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
List and brief description of rules and criteria:
As set out in the procurement documents.
III.1.5)
Information about reserved contracts
III.1.6)
Deposits and guarantees required:
Works guarantee.
III.1.7)
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8)
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As set out in the procurement documents.
III.2)
Conditions related to the contract
III.2.1)
Information about a particular profession
III.2.2)
Contract performance conditions:
As set out in the procurement documents.
III.2.3)
Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)
Description
IV.1.1)
Type of procedure
Negotiated procedure with prior 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
Framework agreement with several operators
IV.1.4)
Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)
Information about electronic auction
IV.1.8)
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)
Administrative information
IV.2.1)
Previous publication concerning this procedure
IV.2.2)
Time limit for receipt of tenders or requests to participate
Date: 23/08/2019
IV.2.3)
Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 23/08/2019
IV.2.4)
Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)
Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
IV.2.7)
Conditions for opening of tenders
Section VI: Complementary information
VI.1)
Information about recurrence
This is a recurrent procurement: no
VI.2)
Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)
Additional information:
Applicants should refer to the instructions to participants for the timetable for responding to the pre-qualification questionnaire. There is no guarantee that a candidate will be invited to tender. STW and HD are not bound to enter into Framework Agreements with any party. There is no contractual right (express or implied) which arises from this notice or the procurement process. STW and/or HD may terminate 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.
VI.4)
Procedures for review
VI.4.1)
Review body
Severn Trent Water
2 St John's Street
Coventry
CV1 2LZ
United Kingdom
VI.4.2)
Body responsible for mediation procedures
VI.4.3)
Review procedure
Precise information on deadline(s) for review procedures:
STW and DVW 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 of harm to take action in the High Court of England and Wales.
VI.4.4)
Service from which information about the review procedure may be obtained