UK-Glasgow: Transport services (excl. Waste transport).

UK-Glasgow: Transport services (excl. Waste transport).
Section I: Contracting Authority
I.1) Name and addresses
Scottish Water
6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
Tel. +44 7716088094, Email: jelili.oyetunde@scottishwater.co.uk
Main Address: 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:-Transport-services-%28excl.-Waste-transport%29./23EKMVA2E6
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/23EKMVA2E6 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: SW Horizons Third Party Waste Water Transport Service
Reference Number: SW22/S&W/1402
II.1.2) Main CPV Code:
60000000 - Transport services (excl. Waste transport).

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Scottish Water Horizons Limited is seeking to appoint a framework supplier(s) to provide a cost effective, reliable and commercial solution for Bulk Transport of liquid waste and sludge from sites across Scotland, while meeting applicable legal requirements for Scottish Water Horizons customers
II.1.5) Estimated total value:
Value excluding VAT: 2,870,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description


II.2.2) Additional CPV codes:
60000000 - Transport services (excl. Waste transport).

II.2.3) Place of performance:
UKM SCOTLAND

II.2.4) Description of procurement: Scottish Water Horizons is seeking to appoint a framework supplier(s) to provide a cost effective, reliable and commercial solution for Bulk Transport of liquid waste and sludge from sites across Scotland. The materials likely to be required for transport are non-hazardous sludges from commercial and industrial clients including category 3 animal by-products, landfill leachate, other liquid non-hazardous waste, septic waste and sewage. Suppliers will be expected to pay due regard to all applicable legal requirements relevant to the provision of waste water transport services.
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: 2,870,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 42
This contract is subject to renewal: Yes
Description of renewals: 2 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: Not provided



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:
The following minimum bidding criteria apply: -
•Bidders must have a minimum OCRS band of Amber –
•Bidders must have a current Waste Carriers License issued by SEPA or an appropriate environmental regulator
•Bidders must have a current ‘O’ License to operate in Scotland
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: 09/08/2022 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 23/08/2022
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. 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:-Transport-services-%28excl.-Waste-transport%29./23EKMVA2E6

To respond to this opportunity, please click here:
https://scottishwater.delta-esourcing.com/respond/23EKMVA2E6
VI.4) Procedures for review
VI.4.1) Review body:
Glasgow Sheriff Court
Glasgow, United Kingdom
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: 29/07/2022

Annex A