Skip to main content.

Scottish Water : Business Change Delivery

  Scottish Water is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Business Change Delivery
Notice type: Contract Notice - Utilities
Authority: Scottish Water
Nature of contract: Services
Procedure: Negotiated with competition
Short Description: Scottish Water is looking to award a multi supplier Business Change Delivery framework to support delivery and implementation of long-term business change •Work alongside Scottish Water to ensure change impacts are identified, understood and implemented •Be involved in evaluating the arrangements and overseeing the transition as necessary to ensure successful implementation and embedment of new ways of working e.g. assess readiness for change and develop a change management plan, train employees on how to effectively manage and adapt to change. •Provide expertise in change readiness implementation planning, change communications strategy to enable business change success e.g. develop strategies for managing change, create and implement communication strategies that increase understanding and buy-in •Provide expertise in benefits management and realisation of benefits •Bring water utility expertise, and work in partnership with our Digital & Transformation Strategic Partners
Published: 16/02/2023 16:52
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Glasgow: Business-development consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Scottish Water
             6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
             Tel. +44 7875873072, Email: andrew.neilson@scottishwater.co.uk
             Contact: Andrew Neilson
             Main Address: 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:-Business-development-consultancy-services./446F78X65X
      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/446F78X65X 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: Business Change Delivery       
      Reference Number: SW23/ACP/1432
      II.1.2) Main CPV Code:
      79411100 - Business-development consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Scottish Water is looking to award a multi supplier Business Change Delivery framework to support delivery and implementation of long-term business change •Work alongside Scottish Water to ensure change impacts are identified, understood and implemented •Be involved in evaluating the arrangements and overseeing the transition as necessary to ensure successful implementation and embedment of new ways of working e.g. assess readiness for change and develop a change management plan, train employees on how to effectively manage and adapt to change. •Provide expertise in change readiness implementation planning, change communications strategy to enable business change success e.g. develop strategies for managing change, create and implement communication strategies that increase understanding and buy-in •Provide expertise in benefits management and realisation of benefits •Bring water utility expertise, and work in partnership with our Digital & Transformation Strategic Partners       
      II.1.5) Estimated total value:
      Value excluding VAT: 35,000,000       
      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 is looking to award a multiple supplier Business Change Delivery framework to support the delivery and implementation of long-term business change as part of our Transformation Programme. Suppliers will: •Work alongside Scottish Water to ensure change impacts are identified, understood and implemented across the business •Be involved in evaluating the arrangements and overseeing the transition as necessary to ensure successful implementation and embedment of new and ways of working e.g. assess readiness for change and develop a change management plan, train employees on how to effectively manage and adapt to change. •Provide expertise in change readiness implementation planning, change communications strategy to enable business change success e.g. develop strategies for managing change, create and implement communication strategies that increase understanding and buy-in •Provide expertise in benefits management and realisation of benefits within Scottish Water. •Bring water utility expertise, and work in partnership with our Digital & Transformation Strategic Partners Essential to the success of this multi-supplier framework is suppliers’ ability to improve internal capability in order to shape the management of business change and improve the method in which it is developed and delivered across the business. Key to the success of suppliers on this framework is the ability to transfer knowledge and capability to develop internal capacity. Scottish Water intends to gain knowledge of industry best practice whilst also improving its own internal capability; suppliers must demonstrate a willingness and ability to support these key objectives. Typical activities include, but are not limited to: 1.Business Change Management: This will focus on transitioning individuals, teams, and partners using appropriate methods and approaches intended to change how people, process and systems interact that transform how Scottish Water operates, also taking into consideration the Trades Unions and other industry stakeholders. This will include: •Designing and building cases for change, including: oStakeholder management and communications at both strategic and operational level oProvision of detailed program mobilisation planning •Providing Industry specialist advice to provide oversight to ensure that the end-to-end solution is fit for purpose from both a technical and business perspective •Designing and delivering of a Scottish Water led program structure that will successfully implement and embed Business Change and facilitate internal capability building with transition into business as usual •Provision of a detailed understanding of Business Change Impact, including Business Systems, Business processes, roles and data, and information management •Provision of ongoing support to the Transformation Management Office (TMO), together with an effective governance structure to co-ordinate program/project management delivery 2.Business Change Delivery Partner The focus of this will be to partner with Scottish Water to: •Provide best-practice business change expertise that will improve the success rate of change projects and programs •Enable knowledge transfer to Scottish Water to support a greater business change internal capability •In support of the above, the Business Change Delivery Partner may be responsible for assisting in the recruitment of permanent, seconded or fixed-term resources to fill the business change resources to meet the demands of the project •Bring in innovation and industry skills to create specific change strategies and approaches Act as lead Partner supporting Scottish Water led delivery of significant and technical Business Change Programs and projects across Scottish Water 3.Project and Program Business Change Delivery •The Business Change Delivery Partner may be responsible for supporting Scottish Water on the creation and delivery of major change and transformation programs, as a result of technology-enabled change (typically delivered by our technology delivery partners) •Provide supporting governance to mobilise and deliver change and transformation projects/programs •Delivery of business change in accordance with Scottish Waters Governance and best practice •Development, coaching, and advice to all levels within the business on improving program and project methodologies •Responsible for overseeing business change projects and programs from start to finish, including planning, and setting timelines ensuring all stakeholders are engaged and informed. •Where engaged specifically to do so, ensure delivery of project and program outputs and outcomes on time, on budget, and to agreed quality and aligned to strategic objectives 4.Business Change Assurance Suppliers will be required to support formal and informal reviews at the project, program, or portfolio level to provide a critical challenge to projects, programs, and/or the portfolio against agreed criteria. The purpose of these reviews will be to: •Assure adherence to Scottish Waters governance framework and policies •Establish best practice approaches to projects and programs in the articulation and realisation of benefits •Evaluate Business Change adoption across the transformation portfolio e.g., how well new processes, behaviours, etc. have been embedded, the efficiency and effectiveness of the change, the people engagement as a result of the change, etc. •Share best practice to further improve governance models across Scottish Water •Highlight knowledge gaps, delivery, and implementation risks and issues
      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: 35,000,000       
      Currency: GBP       
      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 2 year award with up to three annual 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 PQQ 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: 446F78X65X       
   


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: 20/03/2023 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. 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:-Business-development-consultancy-services./446F78X65X

To respond to this opportunity, please click here:
https://scottishwater.delta-esourcing.com/respond/446F78X65X
   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 7875873072, Email: andrew.neilson@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: 16/02/2023

Annex A


View any Notice Addenda

UK-Glasgow: Business-development consultancy services.

Section I: Contracting Entity

   I.1) Name, Addresses and Contact Point(s):
             Scottish Water
             6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
             Tel. +44 7875873072, Email: andrew.neilson@scottishwater.co.uk
             Contact: Andrew Neilson
             Main Address: 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.6) Main activity:
      Water



Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Business Change Delivery            
      Reference number: SW23/ACP/1432

      II.1.2) Main CPV code:
         79411100 - Business-development consultancy services.
      

      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Scottish Water is looking to award a multi supplier Business Change Delivery framework to support delivery and implementation of long-term business change •Work alongside Scottish Water to ensure change impacts are identified, understood and implemented •Be involved in evaluating the arrangements and overseeing the transition as necessary to ensure successful implementation and embedment of new ways of working e.g. assess readiness for change and develop a change management plan, train employees on how to effectively manage and adapt to change. •Provide expertise in change readiness implementation planning, change communications strategy to enable business change success e.g. develop strategies for managing change, create and implement communication strategies that increase understanding and buy-in •Provide expertise in benefits management and realisation of benefits •Bring water utility expertise, and work in partnership with our Digital & Transformation Strategic Partners

      II.1.6) Information about lots
         This contract is divided into lots: No

      
   II.2) Description

      II.2.1) Title: Not Provided       
      Lot No: Not Provided

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKM - SCOTLAND
   
      Main site or place of performance:
      SCOTLAND
             

      II.2.4) Description of the procurement: Award of a multiple supplier Business Change Delivery framework to support the delivery and implementation of long-term business change as part of our Transformation Programme. Suppliers will: •Work alongside Scottish Water to ensure change impacts are identified, understood and implemented across the business •Be involved in evaluating the arrangements and overseeing the transition as necessary to ensure successful implementation and embedment of new and ways of working. •Provide expertise in change readiness implementation planning, change communications strategy to enable business change success e.g. develop strategies for managing change, create and implement communication strategies that increase understanding and buy-in •Provide expertise in benefits management and realisation of benefits within Scottish Water. •Bring water utility expertise, and work in partnership with our Digital & Transformation Strategic Partners


      II.2.11) Information about options
         Options: 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
         

      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-esourcing.com/ and through the Response Manager section using the following Access Code: 446F78X65X




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: Yes       

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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: 2023/S 000-004829
            

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No




Section V: Award of contract

Award Of Contract (No.1)
   
   Contract No: SW23/ACP/1432    
   Lot Number: Not Provided    
   Title: Business Change Delivery Consultancy

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 20/11/2023


      V.2.3) Name and address of the contractor

         Agree to publish? Yes
         
         Contractor (No.1)
             Adoptavate Ltd, [UK]
             167-169 Great Portland Street, London, W1W 5PF, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.2)
             Outform Consulting Limited, [IR]
             Paramount Court, Corrig Road, Sandyford Business Park, Dublin, D18 R9C7, Ireland
             NUTS Code: IE
            The contractor is an SME: Yes
         
         Contractor (No.3)
             PA Consulting Services Limited, [UK]
             10 Bressenden Place, London, SW1E 5DN, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.4)
             Vision Consulting Limited, [UK]
             CBC House, 24 Canning Street, Edinburgh, EH3 8EG, United Kingdom
             NUTS Code: UKM7
            The contractor is an SME: No
         
         Contractor (No.5)
             ANDigital Limited, [UK]
             3 Concorde Park, Concorde Road, Maidenhead, SL6 4BY, United Kingdom
             NUTS Code: UKJ11
            The contractor is an SME: No



      V.2.5) Information about subcontracting

         The contract is likely to be subcontracted: No
         

      V.2.6) Price paid for bargain purchases

         Value excluding VAT: Not Provided          
         Currency: Not Provided




Section VI: Complementary information

   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
To view this notice, please click here:
https://scottishwater.delta-esourcing.com/delta/viewNotice.html?noticeId=825578115

   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 7875873072, Email: andrew.neilson@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 review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 23/11/2023







View Award Notice