UK-Glasgow: Technical inspection and testing services.

UK-Glasgow: Technical inspection and testing services.
Section I: Contracting Authority
I.1) Name and addresses
Scottish Water
6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
Tel. +44 1414830345, Email: andrew.mulvay@scottishwater.co.uk
Main Address: https://www.scottishwater.co.uk/, Address of the buyer profile: https://www.scottishwater.co.uk/
NUTS Code: UKM
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Glasgow:-Technical-inspection-and-testing-services./64736F2856
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/64736F2856 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided

I.6) Main activity:
Water

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Asset Inspection and Testing
Reference Number: SW19/CI/1266
II.1.2) Main CPV Code:
71630000 - Technical inspection and testing services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: To support our business, Scottish Water require asset inspection and testing services suppliers who will help us provide solutions for the capturing of information to help us manage our business and plan and deliver our Inspection Studies Programme.
SW is keen to explore all inspection and testing methodologies that can deliver its data requirements, especially if different techniques can provide our data requirements at a lower cost, less risk or reduce carbon footprint.

We currently use many common asset inspection techniques through our current suppliers. In our new Investment Planning period we are looking for suppliers to collaborate with us more closely in order to innovate across a wide range of techniques to capture, manipulate and store survey data.

Full scope and requirements can be found with the document section of the Project on Delta.
II.1.5) Estimated total value:
Value excluding VAT: 108,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description


II.2.2) Additional CPV codes:
71631000 - Technical inspection services.
71355000 - Surveying services.
71632200 - Non-destructive testing services.
90491000 - Sewer survey services.
76600000 - Pipeline-inspection services.
71632000 - Technical testing services.

II.2.3) Place of performance:
UKM SCOTLAND

II.2.4) Description of procurement: Scottish Water provides drinking water to 2.46 million households and 150,000 business customers in Scotland. Every day it supplies 1.34 billion litres of drinking water and takes away 847 million litres of wastewater from customers' properties and treats it before returning it to the environment. We own a national network of impounding and service reservoirs, 30,311 miles of water pipes, 33,059 miles of Sewers, 239 water treatment works and 1827 wastewater Treatment Works that require us to invest in the region of £600M per year to maintain and enhance our services. To support our business, we require asset inspection and testing services suppliers who will help us provide innovative solutions for the capturing of information to help us manage our business and plan and deliver our Inspection Studies Programme. We envisage our survey partners will work with our Asset Planners, Asset Operations and Project Delivery Partners to provide a comprehensive suite of inspection and testing services.

To assist the role of supporting a flourishing Scotland, Scottish Waters has set out three strategic ambitions of; service excellence, beyond net zero emissions and great value & financial sustainability. Therefore, we are keen to explore all inspection and testing methodologies that can deliver its data requirements, especially if different techniques can provide our data requirements at a lower cost, less risk or reduce carbon footprint.

We currently use many common asset inspection techniques through our current suppliers. In our new Investment Planning period we are looking for suppliers to collaborate with us more closely in order to innovate across a wide range of techniques to capture, manipulate and store survey data.

Typical inspections are currently undertaken through visual and intrusive inspections which are compatible to use on live, in service assets which may contain potable water or wastewater, will produce a highly accurate output, and have no adverse Health and Safety concerns. Scottish Water is keen to explore techniques which will deliver accurate data on the conditions of our asset base with innovative methodologies where possible, such as remote inspections and reduced enabling activity.

Inspections are required to understand the condition of the asset base. Inspections will set a baseline to improve understanding of asset base condition against which future degradation and deterioration can be monitored when compared to data from future inspections. This knowledge will be used to assess asset risks and identify those with potential to impact on service to customers and assets which have a higher likelihood of failure. The output from inspections may include recommendations for interventions, which will be reviewed and prioritised. Inspection recommendations may also determine future inspection timescales in accordance with the relevant SPMA.

Scottish Water has a large asset base used to deliver services to customers which requires suppliers to provide project specific asset inspection and testing services for both above ground and underground assets.

Scottish Water may engage the Bidder in further discussions when there is a need for further evidence of suitability.

The total spend over the framework period for the inspection and studies programme is forecasted at £85 - £108 million. These figures are however subject to change as SW look to transform the current framework and drive innovation through new inspection techniques.
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: 108,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals: The contract will be awarded for an initial period of 4 years with a further 4 years of extension options thereafter at the sole discretion of Scottish Water.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 12

Objective criteria for choosing the limited number of cadidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: The PQQ documents can be also accessed by logging in through the Scottish Water Delta E-Sourcing webpage https://scottishwater.delta-esourcing.com and through the Response Manager section using the following Access Code:64736F2856



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:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Applicants will be expected to be of sufficient financial and economic standing to support the anticipated contract value. All applicants must complete the financial questions within the pre-qualification questionnaire and tender documents. Financial standing relevant to the anticipated contract value will be determined by Scottish Water based on the response to the pre-qualification questionnaire and any further financial checks deemed necessary.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.4) Objective rules and criteria for participation
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.1.6) Deposits and guarantees required:
Scottish Water reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
All prices quoted shall be in Sterling (UK) and all payments shall be made in Sterling (UK). Payment shall be made on the basis of completed services in accordance with the agreed contract rates, schedules and conditions of contract.
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In the event of a group of companies submitting an accepted offer it will be necessary for each member of the group to sign an undertaking that each company in the group will be jointly and severally liable for the satisfactory performance of the contract.
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Bidders must comply with modern slavery act and operate an ethical supply chain.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description NEGOTIATED_WITH_COMPETITION
IV.1.1) Type of procedure: Competitive procedure with negotiation

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:
Not Provided
In the case of framework agreements justification for any duration exceeding 8 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.

IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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 procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 07/06/2021 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: Not Provided


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: Scottish Water will not accept the SPD. We will only accept a completed Scottish Water PQQ document. This Notice does not preclude Scottish Water from issuing other notices for specific requirements. Responses to the FTS Notice will be evaluated and only successful applicants following PQQ evaluation will be invited to submit a tender. Scottish Water reserves the right to divide the scope of the contract into lots at tender and contract award stages as it deems appropriate. Applicants who fail to supply all of the information requested in response to this Notice or any resulting tender exercise may risk elimination.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://scottishwater.delta-esourcing.com/tenders/UK-UK-Glasgow:-Technical-inspection-and-testing-services./64736F2856

To respond to this opportunity, please click here:
https://scottishwater.delta-esourcing.com/respond/64736F2856
VI.4) Procedures for review
VI.4.1) Review body:
Glasgow Sheriff Court
1 Carlton Pl, Glasgow, G5 9TW, United Kingdom
Tel. +44 4298888
VI.4.2) Body responsible for mediation procedures:
Scottish Water
6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
Tel. +44 7768545959, Email: andrew.mulvay@scottishwater.co.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 05/05/2021

Annex A