UK-Glasgow: Research and development consultancy services.

UK-Glasgow: Research and development consultancy services.
Section I: Contracting Authority
I.1) Name and addresses
Scottish Water
6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
Tel. +44 7443876127, Email: iain.masterson@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:-Research-and-development-consultancy-services./R82YR77F58
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/R82YR77F58 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: Economic Consultancy Services
Reference Number: SW21/ACP/1382
II.1.2) Main CPV Code:
73200000 - Research and development consultancy services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: This notice seeks offers for economic consultancy services and support of Scottish Water’s Business & Economics team from February 2022, in a significant change programme that is central to our business’ plans and aspirations. This will lead to setting up a long-term contract for at least 3 years, with up to 3 economic consultancies. The main design, build, testing and delivery of the work will be undertaken with the internal teams and these consultancies. However, we will also seek support from others for supplementary niche and bespoke input requirements.
II.1.5) Estimated total value:
Value excluding VAT: 6,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description


II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKM SCOTLAND

II.2.4) Description of procurement: 1.Purpose
This notice seeks offers for economic consultancy services and support of Scottish Water’s Business & Economics team from February 2022, in a significant change programme that is central to our business’ plans and aspirations. This will lead to setting up a long-term contract for at least 3 years, with up to 3 economic consultancies. The main design, build, testing and delivery of the work will be undertaken with the internal teams and these consultancies. However, we will also seek support from others for supplementary niche and bespoke input requirements.

2.Context
This involves the development of cost-benefit analysis to inform investment choices of solution at three levels: project, system and strategic:
•Project: The work has started with the development of cost and carbon calculations and the identification of external benefit categories at the project level. This will reflect local area needs and the choice of intervention options to address those needs. The external benefits arise from outcomes that impact customers, communities, the environment and the nation of Scotland from our investments, aligned to the interests of our stakeholders and Scottish Water (and a=our Strategic Plan).

This current work and services will be expanded to include monetised and qualitative benefits at the project level. Processes to enable this information to be developed and carried through to project appraisals are also being deployed with further waves of improvements under development. We are looking to develop and deploy the first full version by March 2023.

•System: The work and services will extend to undertake cost-benefit analysis at a system or regional geographic, building from the cost-benefit analysis at a project level and working with the existing materials to inform system level choices. This will reflect system/regional needs and the choice of system level options to address those needs. The work on this with the Business & Economic team will commence before March 2023

•Strategic: The work and services will extend to undertake cost-benefit analysis at a high strategic or national level, building from the cost-benefit analysis at project and system levels and working with the existing materials to inform strategic choices. This will reflect higher strategic or national needs and the choice of strategic level options to address those needs. The work on this with the Business & Economics team is not expected to commence until March 2023.
This is being undertaken to fulfil Scottish Water’s commitments in the Strategic Plan to develop better investment decision making.in support of a Flourishing Scotland.

3.Our requirements
This work will involve:
•working in Ethical Based Practices focussed on openness and transparency
•great awareness of our stakeholders’ needs and expectations
•development of cost-benefit structures, analyses and tools and accompanying economics.
The consultant should be able to demonstrate track records in
•working with stakeholders in Scotland and a deep understanding of the regulatory approach for and with Scottish Water.
•innovation infrastructure investment appraisal
•applied cost-benefit analysis with cash and non-cash monetised external benefits
•reporting structures like six capitals that involve reporting the value being created
•co-developing business critical tools.

4. Framework Agreement Award
All Framework Agreements will be awarded on behalf of SW by issue of a “Letter of Acceptance” which is conditional on acceptance by the Supplier of the terms and conditions applying to a formal Framework Agreement.

SW may decide to share the award of this Framework between up to three consultants. If it does this then work orders will be allocated on the basis of SW’s judgement of which consultant is best placed to support, based on the scope of that work.
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
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: 3 year initial period with 5 x 1 year extension options
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3

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 ITN documents can also be 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: R82YR77F58



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: 3
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: 22/12/2021 Time: 16:00
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:-Research-and-development-consultancy-services./R82YR77F58

To respond to this opportunity, please click here:
https://scottishwater.delta-esourcing.com/respond/R82YR77F58
VI.4) Procedures for review
VI.4.1) Review body:
Glasgow Sheriff Court
1 Carlton Place, Glasgow, G5 9TW, United Kingdom
Tel. +44 1414298888
VI.4.2) Body responsible for mediation procedures:
Scottish Water
6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
Tel. +44 8000778778
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:
Scottish Water
6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
Tel. +44 8000778778
VI.5) Date Of Dispatch Of This Notice: 22/11/2021

Annex A