Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Scottish Water
The Bridge, 6 Buchanan Gate, Stepps
Glasgow
G33 6FB
UK
Contact person: Andrew Mulvay
E-mail: andrew.mulvay@scottishwater.co.uk
NUTS: UK
Internet address(es)
Main address: https://www.scottishwater.co.uk/
Address of the buyer profile: https://www.scottishwater.co.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The Provision of Vehicle Conversion Services
Reference number: SW25/FLE/1496
II.1.2) Main CPV code
50117000
II.1.3) Type of contract
Services
II.1.4) Short description
Scottish Water is seeking to engage with potential supplier(s) for the Provision of Vehicle Conversion Services. <br/><br/>The framework will be split into three (3) lots: <br/>Lot 1 – Design and Vehicle Conversion Services<br/>Lot 2 – Vehicle Livery Services<br/>Lot 3 – Vehicle Delivery and Handover Services<br/><br/>Please see lot specific descriptions for further information on the requirements of each lot. <br/><br/>There is no limitation to the number of lots bidders can bid for under this tender exercise.
II.1.5) Estimated total value
Value excluding VAT:
33 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 – Design and Vehicle Conversion Services
II.2.2) Additional CPV code(s)
50117100
34328200
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Scotland Wide
II.2.4) Description of the procurement
Lot 1 – Design and Vehicle Conversion Services<br/><br/>To provide, but not limited to, the following vehicle conversation services: -<br/><br/>• Design/Drawings<br/>• Quotation<br/>• Manufacturing<br/>• Installation<br/>• Re-Use/2nd life Opportunities<br/><br/>The typical vehicles that will be converted under these lots may include, but are not limited to:<br/><br/>• Large Van Conversion up to 5T (VW Crafter or equivalent)<br/>• Large Van Conversions up to 3.5T (Ford Transit or equivalent)<br/>• Medium Van Conversion (Ford Custom or equivalent)<br/>• Small Van Conversion (Ford Connect or equivalent)<br/>• 4x4 Vehicle Conversion<br/><br/>This will be a mixture of Internal combustion engines, and electric vehicles. <br/><br/>Bidders may offer to provide vehicle conversion services for one or more of the above mentioned vehicles types. There are no limits to the number of types of vehicles you can bid for. <br/><br/>Please complete the relevant questionnaire on the Atamis portal indicating the types of vehicles you are interested in bidding for.<br/><br/>The estimated net value range of expenditure under this lot is £11m - £17m. This range is based on historic service spend and envisaged investment under the next framework period. There is however no guarantee of any minimum volume of work under this framework agreement.
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:
17 000 000.00
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 Framework Agreement duration will be for 48 months. Thereafter, SW reserves the right to extend the Framework Agreement, at their sole discretion, for a further four (4) years worth of extension options, subject to satisfactory performance, value for money and continued requirements.
II.2.10) Information about variants
Variants will be accepted:
No
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 and questionnaires can be accessed by logging in through the Scottish Water Atamis e-sourcing portal - https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects and ‘Registering Interest’ on the Provision of Vehicle Conversions advert.
Lot No: 2
II.2.1) Title
Lot 2 – Vehicle Livery Services
II.2.2) Additional CPV code(s)
34928470
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Scotland Wide
II.2.4) Description of the procurement
Lot 2 – Vehicle Livery Services<br/><br/>To provide, but not limited to, the following vehicle livery/signage services: -<br/>• Design/Drawings<br/>• Quotation<br/>• Manufacturing<br/>• Installation<br/>• Recycle/Reduce emissions<br/><br/>Bidders will be expected to be capable of delivering livery services for all types of vehicles under this lot. <br/><br/>The estimated net value range of expenditure under this lot is £7m - £10m. This range is based on historic service spend and envisaged investment under the next framework period. There is however no guarantee of any minimum volume of work under this framework agreement.
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:
10 000 000.00
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 Framework Agreement duration will be for 48 months. Thereafter, SW reserves the right to extend the Framework Agreement, at their sole discretion, for a further four (4) years worth of extension options, subject to satisfactory performance, value for money and continued requirements.
II.2.10) Information about variants
Variants will be accepted:
No
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 and questionnaires can be accessed by logging in through the Scottish Water Atamis e-sourcing portal - https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects and ‘Registering Interest’ on the Provision of Vehicle Conversions advert.
Lot No: 3
II.2.1) Title
Lot 3 - Vehicle Delivery and Handover Services
II.2.2) Additional CPV code(s)
60100000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Scotland Wide
II.2.4) Description of the procurement
Lot 3 – Vehicle Delivery and Handover Services<br/><br/>To provide, but not limited to, the following vehicle handover/collection services: -<br/>• Vehicle Collection<br/>• Vehicle Delivery <br/>• Vehicle Handover- (vehicle walk round and sign-off)<br/>• Safe, responsible and efficient vehicle movements to reduce emissions where possible<br/><br/>Bidders will be expected to be capable of being able to carry out vehicle delivery and handover services for all types of vehicles under this lot.<br/><br/>The estimated net value range of expenditure under this lot is £4m - £6m. This range is based on historic service spend and envisaged investment under the next investment period. There is however no guarantee of any minimum volume of work under this framework agreement.
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:
6 000 000.00
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 Framework Agreement duration will be for 48 months. Thereafter, SW reserves the right to extend the Framework Agreement, at their sole discretion, for a further four (4) years worth of extension options, subject to satisfactory performance, value for money and continued requirements.
II.2.10) Information about variants
Variants will be accepted:
No
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 and questionnaires can be accessed by logging in through the Scottish Water Atamis e-sourcing portal - https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects and ‘Registering Interest’ on the Provision of Vehicle Conversions advert.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4) Objective rules and criteria for participation
Please see Procurement Documents for further information.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please see Procurement Documents for further information.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with 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 with several operators.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/05/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
To access this opportunity, please register using the following link:<br/><br/>https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
UK
VI.4.2) Body responsible for mediation procedures
Scottish Water
The Bridge, 6 Buchanan Gate, Stepps
Glasgow
G33 6FB
UK
E-mail: help@scottishwater.co.uk
Internet address(es)
URL: https://www.scottishwater.co.uk/
VI.5) Date of dispatch of this notice
10/04/2025