Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Scottish Water
6 Buchanan Gate
Glasgow
G33 6FB
UK
Contact person: Angela Woodburn
E-mail: angela.woodburn@scottishwater.co.uk
NUTS: UKM
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
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Low Carbon Kiosks
Reference number: SW23/CI/1426
II.1.2) Main CPV code
44211000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Scottish Water (SW) wishes to enter into a framework agreement for the provision of innovative Low Carbon Kiosk (LCK) solutions. The framework will include the design, manufacturing, fabrication, on site assembly (if required) and delivery of both security and non-security rated low carbon kiosks and enclosures across Scotland, including highlands, islands and remote locations. To substantially differentiate the Low Carbon Kiosks from standard GRP/Steel kiosks bidders will be required to provide evidence as to the low carbon benefits/carbon savings of their kiosks including a detailed breakdown of embodied carbon. The framework will be for an initial period of 2 years with SW option to extend for a further 6 periods of 12 months. This framework is intended to include a variety of innovative low carbon solutions from a variety of suppliers. All LCK solutions proposed must be market ready and able to be ordered from the framework commencement date. The framework will thereafter provide the ability for additional products which meet the minimum criteria to be added by successful suppliers throughout the duration of the framework period. Further information in respect of the Scope and Specification is detailed within the tender documentation.
II.1.5) Estimated total value
Value excluding VAT:
5 300 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Scotland
II.2.4) Description of the procurement
Scottish Water (SW) wishes to enter into a framework agreement for the provision of innovative Low Carbon Kiosk (LCK) solutions. The framework will include the design, manufacturing, fabrication, on site assembly (if required) and delivery of both security and non-security rated low carbon kiosks and enclosures across Scotland, including highlands, islands and remote locations. To substantially differentiate the Low Carbon Kiosks from standard GRP/Steel kiosks bidders will be required to provide evidence as to the low carbon benefits/carbon savings of their kiosks including a detailed breakdown of embodied carbon. The framework will be for an initial period of 2 years with SW option to extend for a further 6 periods of 12 months. This framework is intended to include a variety of innovative low carbon solutions from a variety of suppliers. All LCK solutions proposed must be market ready and able to be ordered from the framework commencement date. The framework will thereafter provide the ability for additional products which meet the minimum criteria to be added by successful suppliers throughout the duration of the framework period. Further information in respect of the Scope and Specification is detailed within the tender 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:
5 300 000.00
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:
Duration is an initial 2 year period with the option to extend for a further 6 x 12 months periods, subject to the sole discretion of Scottish Water.
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 can be accessed through the link https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects.
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
Assessment of Financial and Economic Standing, including where required PCG and confirmation of required insurance cover. See tender documents for further Information.
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
See Tender Documentation 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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
12/04/2024
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 view this notice, please click here: 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
UK
VI.4.2) Body responsible for mediation procedures
Scottish Water
6 Buchanan Gate
Glasgow
G33 6FB
UK
Telephone: +44 8000778778
VI.5) Date of dispatch of this notice
12/03/2024