
Market Leads & Opportunities
United Kingdom-COVENTRY: Main Security Tender Event for AMP8
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-025946/EN)
Nature of contract: Supply contract
Procedure: Negotiated procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting entity
I.1) Name and addresses
Official name: SEVERN TRENT WATER LIMITED
National registration number: 02366686
Postal address: 2 St. Johns Street
Town: COVENTRY
Postal code: CV12LZ
Country: United Kingdom
Email: kuldip.singh@severntrent.co.uk
Internet address(es):
Main address:
Address of the buyer profile:
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted
electronically via:
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
The contract is divided into lots: yes
Tenders may be submitted forall 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
II.2.1) Title: Electronic Security
Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 35120000
II.2.3) Place of performance
Nuts code: 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
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.2.9) Information about the limits on the number of candidates to be invited
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
II.2.1) Title: Physical Security
Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 35120000
II.2.3) Place of performance
Nuts code: 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
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.2.9) Information about the limits on the number of candidates to be invited
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
II.2.1) Title: IT security network services
Lot No:3
II.2.2)Additional CPV code(s)
Main CPV code: 35120000
II.2.3) Place of performance
Nuts code: 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
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.2.9) Information about the limits on the number of candidates to be invited
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
II.2.1) Title: Security Fencing, Gates, and Barriers
Lot No:4
II.2.2)Additional CPV code(s)
Main CPV code: 34928110
Main CPV code: 34928120
Main CPV code: 34928310
Main CPV code: 44221300
Main CPV code: 44221310
II.2.3) Place of performance
Nuts code: 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
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.2.9) Information about the limits on the number of candidates to be invited
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
II.2.1) Title: Asset Security “All Services” aggregator capital framework (“Tier 1” style)
Lot No:5
II.2.2)Additional CPV code(s)
Main CPV code: 35120000
II.2.3) Place of performance
Nuts code: 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
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.2.9) Information about the limits on the number of candidates to be invited
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
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 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
Envisaged maximum number of participants to the framework agreement:2In 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.
IV.1.4) Information about the 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 the 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 procedureNotice number in the OJ S:2023/S 000-012355
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:2023-10-06 Local time:17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:2023-11-14
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.2) Information about electronic workflows
VI.4) Procedures for review
VI.4.1) Review body
Official name: Severn Trent Water
Town: Coventry
Country: United Kingdom
VI.5) Date of dispatch of this notice:
2023-09-01
More Opportunties
- YTHFM – Low bed Replacment
23 Jun 25
Further competition via Health Trust Europe Beds, Mattresses, Patient Moving Supplies and Services Framework SF053302 - Lot 1 - Medical Beds This is a ten year contract. Value is based on the initial requirement> > - Award of Provision of Student Placement Software (GCU)
23 Jun 25
Glasgow Caledonian University has identified a requirement for the renewal of student placement software. This software will assist in allocating, administering and managing School of Health and Life Sciences students in work placements.> > - Engage with Suppliers in the Materials Handling Market
23 Jun 25
The Awarding Authority is seeking to engage with suppliers in the materials handling market, as part of pre-tender engagement exercise to gain information to inform an upcoming procurement for the provision of Waste Handling Plant Equipment. The Council o> >