UK-Glasgow: Installation of safety equipment.

UK-Glasgow: Installation of safety equipment.
Section I: Contracting Authority
I.1) Name and addresses
Scottish Water
6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
Tel. +44 777512695, Email: ruth.campbell@scottishwater.co.uk
Main Address: www.scottishwater.co.uk, Address of the buyer profile: 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:-Installation-of-safety-equipment./88GTMT9J2S
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/88GTMT9J2S 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: The Hire of Trenching & Shoring Equipment
Reference Number: SW21/HIR/1369
II.1.2) Main CPV Code:
45233292 - Installation of safety equipment.

II.1.3) Type of contract: WORKS
II.1.4) Short description: The supply of trenching and shoring equipment for hire for full details see the Introduction, Scope and Weightings Document stored within the documents section of the PQQ.
II.1.5) Estimated total value:
Value excluding VAT: 24,000,000
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: Scottish Water requires one or more suitable supplier(s) to provide cost-effective hire of Trenching, Shoring equipment. The services associated with this type of product will support Scottish Water’s capital and operational programmes during the period of the framework agreement across the whole of Scotland including the islands.
This equipment covers all major items including Trench Sheets, Hydraulic Struts and Wailers, Drag Boxes, Struts, Braces, Edge Protections, Roadplates, Shoring and Trench Boxes as well as associated health and safety equipment such as access / egress equipment and rescue equipment. These items are only indicated as a guideline and Scottish Water will provide a more detailed list in the subsequent tender documentation. Scottish Water also reserves the right to expand the listing in relation to the provision of suitable transport for delivery to site.
The framework does not include hiring of scaffolding.
The supplier will be able to provide design, training and onsite support regarding their equipment. Out of hours support will be required. In these emergency situations, where there is a burst affecting properties, equipment to be onsite within 2 hours of call out. The subsequent framework will provide Trenching, Shoring hire to Scottish Water, its Alliance Partners, delivery partners and any Scottish Water subsidiary. Scottish Water's scope of requirements for these services has the potential to include a comprehensive end-to-end managed service covering the following aspects: (i) Provision of suitable and compatible equipment for the lot advertised and associated equipment (purchase and/or hire options); (ii) The provision of data recording and storage and the management of all aspects of records that are associated with any equipment supplied; (iii) A non-obligation trial phase may be needed prior to final adoption of the service to ensure that Scottish Water is fully satisfied with the offered service and to avoid any situation where Scottish Water's requirements cannot be fully met.
The framework agreement(s) will be for an initial period of 4 years, Scottish Water will have 4 x 12-month options to extend after the initial 4 year period at Scottish Water’s sole discretion. It is estimated that the framework agreement will start in July 2022 subject to agreement on terms and conditions. Scottish Water reserves the right to issue this under a localized or Scotland wide provision and to engage with one supplier or with multiple suppliers as deemed to be the best fit solution for Scottish Water. Note that the resulting framework agreement(s) will be utilized by SW, and contractors/suppliers working directly or indirectly for SW.
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
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: 4 x 1 year extension options at Scottish Water's sole discretion.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1

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 also be accessed by logging in through the Scottish Water Delta e-sourcing webpage https://scottishwater.delta-sourcing.com/ and through the Response Manager section using the following access code: 88GTMT9J2S.



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.2.2) 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: 28/01/2022 Time: 13:00
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:-Installation-of-safety-equipment./88GTMT9J2S

To respond to this opportunity, please click here:
https://scottishwater.delta-esourcing.com/respond/88GTMT9J2S
VI.4) Procedures for review
VI.4.1) Review body:
Glasgow Sheriff Court
Glasgow, United Kingdom
Internet address: www.scottishwater.co.uk
VI.4.2) Body responsible for mediation procedures:
Scottish Water
6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
Tel. +44 7775112695, Email: ruth.campbell@scottishwater.co.uk
Internet address: www.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: 16/12/2021

Annex A