Skip to main content.

Scottish Water : Motor Control Centre and Systems Integration

  Scottish Water is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Motor Control Centre and Systems Integration
Notice type: Contract Notice - Utilities
Authority: Scottish Water
Nature of contract: Works
Procedure: Negotiated with competition
Short Description: The survey, design, manufacture, systems integration, testing, delivery, installation and commissioning of low voltage motor control centres. The supply, systems integration, delivery, installation and commissioning of PLC/SCADA and repair and maintenance of process control. The provision of reactive ICAT maintenance services.
Published: 07/02/2020 11:24
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: Electrical installation work.
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/
             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:-Electrical-installation-work./TXH8EQ5462
      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/TXH8EQ5462 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: Motor Control Centre and Systems Integration       
      Reference Number: SW19/CI/1278
      II.1.2) Main CPV Code:
      45310000 - Electrical installation work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: The survey, design, manufacture, systems integration, testing, delivery, installation and commissioning of low voltage motor control centres.
The supply, systems integration, delivery, installation and commissioning of PLC/SCADA and repair and maintenance of process control. The provision of reactive ICAT maintenance services.       
      II.1.5) Estimated total value:
      Value excluding VAT: 160,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lots 1, 2 and 3, or any combination thereof, may be combined if required

II.2) Description
   
II.2) Description Lot No. 1
      
      II.2.1) Title: Large MCCs       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      31211110 - Control panels.
      
      II.2.3) Place of performance:
      UKM SCOTLAND
      
      II.2.4) Description of procurement: The survey, design, manufacture, factory acceptance test, delivery, site acceptance test, installation and commissioning of large conventional and intelligent low voltage motor control centres with associated systems integration, software, components, training and documentation.

A large MCC is defined as six or more functional units and can include the supply of other panels and MCCs in the same or connected network.
      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: 70,000,000       
      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 initial contract period is 6 years with an option for a further extension of 2 years at the sole discretion of SW.
      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: There is a separate PQQ required for each lot you want to bid for.

The PQQ for Lot 1 can be accessed via the following link: https://scottishwater.delta-esourcing.com/tenders/UK-Glasgow:-Control-panels./TXH8EQ5462

Or it can be accessed by logging into the Scottish Water Delta site https://scottishwater.delta-esourcing.com/ and using the following access code: TXH8EQ5462       
   
   
II.2) Description Lot No. 2
      
      II.2.1) Title: Small MCCs       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      31211110 - Control panels.
      
      II.2.3) Place of performance:
      UKM SCOTLAND
      
      II.2.4) Description of procurement: The survey, design, manufacture, factory acceptance test, delivery, site acceptance test, installation and commissioning of small conventional and intelligent low voltage motor control centres with associated systems integration, software, components, training and documentation.

A small MCC is defined as five or fewer functional units.
      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: 30,000,000       
      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 initial contract period will be 6 years with an optional extension of 2 years at the sole discretion of SW.
      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: There is a separate PQQ required for each lot you want to bid for.

The PQQ for Lot 2 can be accessed via the following link: https://scottishwater.delta-esourcing.com/respond/7K437534H2

Or it can be accessed by logging into the Scottish Water Delta site https://scottishwater.delta-esourcing.com/ and using the following access code: 7K437534H2       
   
   
II.2) Description Lot No. 3
      
      II.2.1) Title: Systems Integration       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      42961000 - Command and control system.
      
      II.2.3) Place of performance:
      UKM SCOTLAND
      
      II.2.4) Description of procurement: The provision of planned systems integration and process control services to support SW’s SR21 PLC/SCADA replacement, as well as new works, requirements. This will include the survey (intrusive and non intrusive), design, systems integration and migration planning, testing, supply, delivery, installation, migration and commissioning of PLC, SCADA and LAN(s) for the purpose of upgrade and replacement including supply of the components, software, training and documentation.
      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: 55,000,000       
      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 initial contract period is 6 years with an optional 2 year extension at the sole discretion of SW.
      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: There is a separate PQQ required for each lot you want to bid for.

The PQQ for Lot 3 can be accessed via the following link: https://scottishwater.delta-esourcing.com/respond/Y92NX75Z8U

Or it can be accessed by logging into the Scottish Water Delta site https://scottishwater.delta-esourcing.com/ and using the following access code: Y92NX75Z8U       
   
   
II.2) Description Lot No. 4
      
      II.2.1) Title: ICAT Maintenance       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      42961000 - Command and control system.
      
      II.2.3) Place of performance:
      UKM SCOTLAND
      
      II.2.4) Description of procurement: The provision of reactive systems integration and process control services. This will also include the provision of a reactive ICAT and process control repair and maintenance service to support SW operations.
      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: 5,000,000       
      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 initial contract period will be for 6 years with a further 2 year extension at the sole discretion of SW.
      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: There is a separate PQQ required for each lot you want to bid for.

The PQQ for Lot 4 can be accessed via the following link: https://scottishwater.delta-esourcing.com/respond/Y6Q5499BAK

Or it can be accessed by logging into the Scottish Water Delta site https://scottishwater.delta-esourcing.com/ and using the following access code: Y6Q5499BAK       
   


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: 10/03/2020 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 ESPD. 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 OJEU 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:-Electrical-installation-work./TXH8EQ5462

To respond to this opportunity, please click here:
https://scottishwater.delta-esourcing.com/respond/TXH8EQ5462
   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:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 07/02/2020

Annex A


View any Notice Addenda

UK-Glasgow: Electrical installation work.

Section I: Contracting Entity

   I.1) Name, Addresses and Contact Point(s):
             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/
             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: Motor Control Centre and Systems Integration            
      Reference number: SW19/CI/1278

      II.1.2) Main CPV code:
         45310000 - Electrical installation work.
      

      II.1.3) Type of contract: WORKS

      II.1.4) Short description: The survey, design, manufacture, systems integration, testing, delivery, installation and commissioning of low voltage motor control centres.
The supply, systems integration, delivery, installation and commissioning of PLC/SCADA and repair and maintenance of process control. The provision of reactive ICAT maintenance services.

      II.1.6) Information about lots
         This contract is divided into lots: Yes

                        
   II.2) Description (lot no. 1)

      II.2.1) Title:Large MCCs      
      Lot No:1

      II.2.2) Additional CPV code(s):
            31211110 - Control panels.


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

      II.2.4) Description of the procurement: The survey, design, manufacture, factory acceptance test, delivery, site acceptance test, installation and commissioning of large conventional and intelligent low voltage motor control centres with associated systems integration, software, components, training and documentation.

A large MCC is defined as six or more functional units and can include the supply of other panels and MCCs in the same or connected network.


      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: There is a separate PQQ required for each lot you want to bid for.

The PQQ for Lot 1 can be accessed via the following link: https://scottishwater.delta-esourcing.com/tenders/UK-Glasgow:-Control-panels./TXH8EQ5462

Or it can be accessed by logging into the Scottish Water Delta site https://scottishwater.delta-esourcing.com/ and using the following access code: TXH8EQ5462

   II.2) Description (lot no. 2)

      II.2.1) Title:Small MCCs      
      Lot No:2

      II.2.2) Additional CPV code(s):
            31211110 - Control panels.


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

      II.2.4) Description of the procurement: The survey, design, manufacture, factory acceptance test, delivery, site acceptance test, installation and commissioning of small conventional and intelligent low voltage motor control centres with associated systems integration, software, components, training and documentation.

A small MCC is defined as five or fewer functional units.


      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: There is a separate PQQ required for each lot you want to bid for.

The PQQ for Lot 2 can be accessed via the following link: https://scottishwater.delta-esourcing.com/respond/7K437534H2

Or it can be accessed by logging into the Scottish Water Delta site https://scottishwater.delta-esourcing.com/ and using the following access code: 7K437534H2

   II.2) Description (lot no. 3)

      II.2.1) Title:Systems Integration      
      Lot No:3

      II.2.2) Additional CPV code(s):
            42961000 - Command and control system.


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

      II.2.4) Description of the procurement: The provision of planned systems integration and process control services to support SW’s SR21 PLC/SCADA replacement, as well as new works, requirements. This will include the survey (intrusive and non intrusive), design, systems integration and migration planning, testing, supply, delivery, installation, migration and commissioning of PLC, SCADA and LAN(s) for the purpose of upgrade and replacement including supply of the components, software, training and documentation.


      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: There is a separate PQQ required for each lot you want to bid for.

The PQQ for Lot 3 can be accessed via the following link: https://scottishwater.delta-esourcing.com/respond/Y92NX75Z8U

Or it can be accessed by logging into the Scottish Water Delta site https://scottishwater.delta-esourcing.com/ and using the following access code: Y92NX75Z8U

   II.2) Description (lot no. 4)

      II.2.1) Title:ICAT Maintenance      
      Lot No:4

      II.2.2) Additional CPV code(s):
            42961000 - Command and control system.


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

      II.2.4) Description of the procurement: The provision of reactive systems integration and process control services. This will also include the provision of a reactive ICAT and process control repair and maintenance service to support SW operations.


      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: There is a separate PQQ required for each lot you want to bid for.

The PQQ for Lot 4 can be accessed via the following link: https://scottishwater.delta-esourcing.com/respond/Y6Q5499BAK

Or it can be accessed by logging into the Scottish Water Delta site https://scottishwater.delta-esourcing.com/ and using the following access code: Y6Q5499BAK




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: No       

   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: 2020/S 039-093802
            

   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: 1    
   Lot Number: 1    
   Title: Large MCCs

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/07/2021


      V.2.3) Name and address of the contractor

         Agree to publish? Yes
         
         Contractor (No.1)
             Ross-Shire Engineering Limited, SC177939
             Mansefield House, Muir of Ord Industrial Estate, Ross-Shire, IV6 7UA, United Kingdom
             NUTS Code: UKM
            The contractor is an SME: No
         
         Contractor (No.2)
             BGEN Limited, 10946823
             Firecrest Court, Centre Park, Warrington, WA1 1RG, United Kingdom
             NUTS Code: UKD
            The contractor is an SME: No
         
         Contractor (No.3)
             Lintott Control Systems Limited, 5539447
             Jarold Way, Bowthorpe, Norwich, NR5 9JD, United Kingdom
             NUTS Code: UKH
            The contractor is an SME: Yes
         
         Contractor (No.4)
             MCS Control Systems Limited, 01279131
             Unit 4 Phoenix Park, Bayton Road, Exhall, Coventry, CV7 9QN, United Kingdom
             NUTS Code: UKG
            The contractor is an SME: Yes



      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


Award Of Contract (No.2)
   
   Contract No: 2    
   Lot Number: 2    
   Title: Small MCC

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/07/2021


      V.2.3) Name and address of the contractor

         Agree to publish? Yes
         
         Contractor (No.1)
             Ross-Shire Engineering Limited, SC177939
             Mansefield House, Muir of Ord Industrial Estate, Ross-Shire, IV6 7UA, United Kingdom
             NUTS Code: UKM
            The contractor is an SME: No
         
         Contractor (No.2)
             Lintott Control Systems Limited, 5539447
             Jarold Way, Bowthorpe, Norwich, NR5 9JD, United Kingdom
             NUTS Code: UKH
            The contractor is an SME: Yes
         
         Contractor (No.3)
             MCS Control Systems Limited, 01279131
             Unit 4 Phoenix Park, Bayton Road, Exhall, Coventry, CV7 9QN, United Kingdom
             NUTS Code: UKG
            The contractor is an SME: Yes
         
         Contractor (No.4)
             BGEN Limited, 10946823
             Firecrest Court, Centre Park, Warrington, WA1 1RG, United Kingdom
             NUTS Code: UKD
            The contractor is an SME: No
         
         Contractor (No.5)
             ID Systems UK Limited, SC230161
             Unit 1 Axis Park, Orchardton Road, Cumbernauld, G68 9LB, United Kingdom
             NUTS Code: UKM
            The contractor is an SME: Yes



      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


Award Of Contract (No.3)
   
   Contract No: 3    
   Lot Number: 3    
   Title: Systems Integration

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/07/2021


      V.2.3) Name and address of the contractor

         Agree to publish? Yes
         
         Contractor (No.1)
             BGEN Limited, 10946823
             Firecrest Court, Centre Park, Warrington, WA1 1RG, United Kingdom
             NUTS Code: UKD
            The contractor is an SME: No
         
         Contractor (No.2)
             Lintott Control Systems Limited, 5539447
             Jarold Way, Bowthorpe, Norwich, NR5 9JD, United Kingdom
             NUTS Code: UKF
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Ross-Shire Engineering Limited, SC177939
             Mansefield House, Muir of Ord Industrial Estate, Ross-Shire, IV6 7UA, United Kingdom
             NUTS Code: UKM
            The contractor is an SME: No
         
         Contractor (No.4)
             MCS Control Systems Limited, 01279131
             Firecrest Court, Centre Park, Warrington, WA1 1RG, United Kingdom
             NUTS Code: UKG
            The contractor is an SME: Yes



      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


Award Of Contract (No.4)
   
   Contract No: 4    
   Lot Number: 4    
   Title: ICAT Maintenance

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/07/2021


      V.2.3) Name and address of the contractor

         Agree to publish? Yes
         
         Contractor (No.1)
             Ross-Shire Engineering, SC177939
             Mansefield House, Muir of Ord Industrial Estate, Ross-Shire, IV6 7UA, United Kingdom
             NUTS Code: UKM
            The contractor is an SME: No
         
         Contractor (No.2)
             ID Systems UK Limited, SC230161
             Unit 1 Axis Park, Orchardton Road, Cumbernauld, G68 9LB, United Kingdom
             NUTS Code: UKM
            The contractor is an SME: Yes
         
         Contractor (No.3)
             iTech (Scotland) Limited, SC413259
             3 Riverside Way, Irvine, KA11 5DJ, United Kingdom
             NUTS Code: UKM
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Laplace Solutions Limited, SC481235
             3 Dalsettar Crescent, Glasgow, G15 8TG, United Kingdom
             NUTS Code: UKM
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Sector 8 Solutions Limited, 7095217
             Unit Z, Low Mill Industrial Estate, Whittle-Le-Woods, Chorley, PR6 7QN, United Kingdom
             NUTS Code: UKD
            The contractor is an SME: Yes



      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 ESPD. 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 OJEU 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
To view this notice, please click here:
https://scottishwater.delta-esourcing.com/delta/viewNotice.html?noticeId=616830253

   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 review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 06/08/2021







View Award Notice