Contract award 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: Kristopher Graham
Telephone: +44 1414830892
E-mail: kristopher.graham@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.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DV4 Enterprise
Reference number: SW24/CON/1480
II.1.2) Main CPV code
45220000
II.1.3) Type of contract
Works
II.1.4) Short description
Scottish Water is seeking to appoint suitably experienced Asset Delivery Partners and Primary Designer(s) and to deliver our SR27 and SR33 programme of capital works. SR27 is the regulatory period spanning from April 2027 until March 2033. SR33 is the regulatory period spanning from April 2033 until March 2039. Scottish Water aim to award this procurement by March 2026. It will run for a fixed period of seven years until March 2033 with an option to extend for a further six years until March 2039. <br/><br/>The Construction, Design and Management (CDM) 2015 Regulations will apply. Successful bidders will be required to utilise Scottish Waters Supply Chain and Specialist Frameworks. <br/><br/>To deliver the Capital Investment Programme SW is creating an Enterprise, an advanced partnering supply chain model which includes Asset Delivery Partners (ADP) and Primary Designer(s) (PD) working together in high performing integrated teams to deliver programmes of work. <br/><br/>The Enterprise model will have a dynamic outcome-based set of measures, with partners incentivised against service sub-programme and Enterprise outcomes and SW will have embedded resources within the Enterprise. There will also be minimum business performance thresholds in the form of KPI’s.<br/><br/>The Enterprise will incorporate enhanced partnering capabilities and a behavioural environment supporting closer resource integration, combined with a trading environment that also supports this approach. This will deliver affordability to support our investment targets, whilst also being adaptable and flexible enough to support changing requirements. <br/><br/>There will be collective focus on Beyond Zero Harm which helps us drive towards improving health, safety and wellbeing and partners will support Scottish Waters Beyond Net Zero ambitions.<br/><br/>This enterprise model procurement will be structured into two Lots: Lot 1 Primary Designer/s, Lot 2 Asset Delivery Partners
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Lowest offer:
/ Highest offer:
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - Primary Designer(s)
II.2.2) Additional CPV code(s)
71320000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Pan Scotland
II.2.4) Description of the procurement
Scottish Water is seeking to appoint a strategic partner(s) for the provision of Primary Designer services. This will provide assistance with the Strategic programme development, design and delivery of its Investment Programme and will cover improvement works associated with all Water and Wastewater assets across Scotland. This may include new assets, renewals, modification, maintenance, refurbishments, extensions and enhancements to existing assets. It is a requirement that bidders must be capable to act as the Principal Designer role under the Construction, Design and Management (CDM) 2015 Regulations, this includes pre construction responsibilities. <br/><br/>Estimated contract value across the framework for a 13 year period, expected to commence April 2026 is in the range of £600 million to £1.3bn. <br/>The Primary Designer will be engaged to provide strategic support, studies, design and technical services at pre, during and post construction, ensuring successful delivery of infrastructure and non-infrastructure programs. They will enhance and maintain a standard design and product library driving process engineering, Nature Based Solutions (NBS) and low carbon products and processes. The Primary Designer will maximise the use of repeatable designs and processes to deliver projects ensuring successful delivery of infrastructure and non-infrastructure programmes of work.<br/>The appointed primary designer(s) is expected to work with Scottish Water and Enterprise Partners over the duration of this agreement to develop effective collaboration, which may include the negotiation of incentive mechanisms, sharing of risk, co-location with multi-agency teams and secondment.<br/><br/>SW Primary designer will be required to support the Enterprises end to end processes, the Partner(s) that will provide Scottish Water’s Primary Designer services will support:<br/><br/>• Support Scottish Water Scottish Water Strategic Ambitions of; Service excellence, Beyond net zero emissions and Great value and financial sustainability.<br/>• The design and development of solutions for delivery by framework delivery partners or tendered contractors.<br/>• Create and develop design specifications, drawings, and technical documentation.<br/>• Collaborate with internal teams to align designs with operational and maintenance requirements.<br/>• Holds end to end accountability for project design.<br/>• Ensure compliance with SW requirements, relevant industry standards and regulations.<br/>• Manage Scottish Water’s standard products and design library whilst working with the wider SW supply chain.<br/>• Integration of Primary Designer outcomes with Common Data Environment (CDE) as required ensuring compliance with key areas e.g. file locations, file integrity, format etc<br/>• Drive standardisation in design and design management, low carbon products and processes and innovation across programmes and supply chains.<br/>• The study, investigation, data collection, modelling and identification of water and wastewater service related performance improvement requirements. <br/>• The provision of modelling support to inform the design and development of solutions.<br/>• The auditing and assessment of water and wastewater models developed by others.<br/>• Project management support and resources<br/>• The development and assessment of traditional and innovative asset and operational based solutions, feasibility studies, and investment appraisals to support decision making by the client.<br/>• Technical support<br/>• Provide expert technical advice and design support throughout the project lifecycle, from conception to completion providing buildability/delivery plan input and client design assurance. Develop outline plans and requirements to commission the projects being developed and how standard products will be commissioned - standard commissioning.<br/>• Provide expertise on an ‘as needed’ basis to ensure knowledge transfer and continuity of design support.<br/>• Provide digital handover packages and configure asset information, ensuring lessons learned are recorded.<br/>• Supply technically qualified professionals to be seconded to the water utility for defined periods to support in-house teams.<br/>• Undertake environmental impact assessments, studies, risk analyses, and technical evaluations as needed.<br/>• Evaluate alternative solutions for system upgrades or new infrastructure, providing recommendations based on cost, feasibility, and performance.<br/>• Support the client through strategic consultancy advice, including digital engineering / assembly techniques opportunities e.g. digital twin, rehearsal.<br/>• Provide expertise to support the understanding of future climate impacts on Scottish Waters assets and environment to ensure that systems and services are resilient to climate change.<br/><br/>The Primary Designer is responsible for design and takes accountability for design across the project lifecycle working with the integrated high performing Enterprise team it is a part of. The Primary Designer assesses the most effective way to deliver outcomes i.e. prioritises no build, less build / alternative solutions, efficient build. The Primary Designer works with the supply chain to identify and develop standardisation and alternative low carbon opportunities and agree Asset Delivery Partner or supply chain led elements of the design. The Primary Designer supports Client with asset planning and asset strategy/policy and standards.
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
Lot No: 2
II.2.1) Title
Lot 2 - Asset Delivery Partners
II.2.2) Additional CPV code(s)
45240000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Pan Scotland
II.2.4) Description of the procurement
Scottish Water is seeking to appoint Asset Delivery Partners (ADPs) which will be accountable for driving programme/project delivery, liaising with the Enterprise Primary Designer and Integrator functions to perform Design & Build activities, while adhering to standardised designs. The ADP manages day-to-day activities during construction and coordinates the works with Scottish Water Operations until the point of asset handover.<br/><br/>Scottish Water is seeking to appoint suitably experienced Civils, Infrastructure and MEICA (Including Process Engineering capability) Asset Delivery Partners to deliver our SR27 and SR33 programme of capital works under an outcome-based Enterprise model. Works may include new assets and renewals, surveys and inspections, modifications, complex maintenance, refurbishments, extensions, and enhancements to existing assets. More specifically, the programmes of work based on the SR27 forecast include:<br/><br/>Design and construction of complex and non-complex civil engineering, mechanical, electrical, hydraulic, telemetry, control, instrumentation, and commissioning as required. This support will include works associated with new assets, renewals, modification, maintenance, and refurbishment of water and wastewater networks including mains rehabilitation and lining, sewerage networks, pumping stations and process works including mechanical, electrical, instrumentation and commissioning. The programme pipeline in SR27 includes but is not limited to UID and Flooding Network Capital Maintenance, Waste Water Treatments Works (WWTW) Upgrades & Growth, WWTW Capital Maintenance, Water Networks and new and replacement Pipelines, cleaning and maintenance, Water Treatment Works (WTW) upgrades & Capital Maintenance, Treated Water Storage build and repair.<br/><br/>We are looking for bidders who are committed to working in a safe, collaborative, and flexible way, who will support our drive for increased cost, carbon, time and standardisation efficiencies and who hold the appropriate capability and resources to help us deliver our strategic ambitions of Beyond Net Zero, Service Excellence and Great Value and Financial Sustainability. Successful bidders must be able to safely carry out Principal Contractor responsibilities and will be required to evidence their experience and capabilities in design and build activities for large and complex projects as well as operational requirements such as but not limited to; major water bursts, major sewer collapses and leakage support. Bidders must only bid as single entities and not as joint ventures or consortium. <br/><br/>The framework will be awarded from 2026-2033, with extension options, at client discretion based on business requirements, up to 2039. The estimated net value range of this procurement is £4bn - £7.7bn. Ranges are based on 2024 pricing and as such, Scottish Water reserves the right to index these values over the duration of the procurement. Successful partners will get an allocated share of this work as part of the advanced partnering approach. <br/><br/>Scottish Water reserves the right to augment the supply chain during SR27 to support emerging SR33 needs. SR33 is the period from 1st April 2033 until 31st March 2039. To facilitate this, a mid-point review of the SR27 supply chain will be conducted in 2030 and the current supply chain capacity and capability will be assessed at this time to ensure business requirements will be met. Based on the outcome of the review, Scottish Water reserves the right to procure additional/alternative supply chain contractor partners, as required.<br/><br/>The scope of the ADP (Lot 2) will be further divided into three sub-lots:<br/>2a) Civils <br/>• indicative works include creation of above or below ground civil structures e.g. storm tanks and treated water storage tanks.<br/>2b) Infrastructure<br/>• indicative works include installation of new pipework, replacement pipework, refurbished pipework or major repairs of water and sewer pipework, and water pipe lining.<br/>2c) Mechanical, Electrical, Instrumentation, Control and Automation (MEICA) - including Process Engineering, Commissioning Engineering and Smart Technology/Internet of Things (IoT).<br/>•Mechanical: This involves the design, installation and maintenance of mechanical systems including pumps, piping and treatment processes.<br/>• Electrical: This includes electrical site cabling, motor control centres (MCCs) and other electrical installations.<br/>• Instrumentation: This covers the devices and systems used to measure and control variables like flow, temperature, pressure and quality<br/>• Control: This includes operational technology, systems and software used to control and automate operational processes.<br/>• Automation: This refers to the integration of various systems to automate processes, improving efficiency and reliability including AI and data analytics.<br/>• Process Engineering: The includes the design, installation, integration and commissioning of process equipment to treat water and wastewater to the required standards for supply to customers or discharge to the environment.<br/>• Commissioning Engineering: Ensures that systems and components are designed, installed, tested, operated, and maintained according to the operational requirements of the client.<br/>• Smart Technology / IoT: Ability to design, install and commission smart technologies and IoT systems, including selecting appropriate technology, sensors, devices, and communication protocols. Ensuring these are integrated into site industrial control systems and connected to top-end communication and corporate data platforms.<br/><br/>These lots will be evaluated separately, and bidders are able to bid on one or multiple sub-lots. Bidders may be awarded more than one sub-lot.
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
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 a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-038070
Section V: Award of contract
Lot No: 1
Title: Lot 1 - Primary Designer(s)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
19/03/2026
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
AECOM Limited
01846493
1 Tanfield Edinburgh, EH3 5DA
Edinburgh
EH15 1NZ
UK
NUTS: UKM
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 650 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
Title: Lot 1 - Primary Designer(s)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
19/03/2026
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Stantec UK Ltd
01188070
Kelburn Court, Birchwood
Birchwood
WA3 6UT
UK
NUTS: UKM
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 650 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Lot 2 - Asset Delivery Partners
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
19/03/2026
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
WGM Engineering
SC099834
1 Albion Court, 157 Woodville St Glasgow
Glasgow
G51 2RQ
UK
NUTS: UKM
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 540 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Lot 2 - Asset Delivery Partners
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
19/03/2026
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Mott MacDonald Bentley Ltd
3827321
Snaygill Industrial Estate, Keighley Road, Skipton, North Yorkshire
Skipton
BD232QR
UK
NUTS: UKM
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 540 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Lot 2 - Asset Delivery Partners
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
19/03/2026
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Farrans Limited
NI004078
101 Kingsway Dunmurry Belfast
Belfast
BT17 9NS
UK
NUTS: UKM
Internet address(es)
URL: www.farrans.com
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 540 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Lot 2 - Asset Delivery Partners
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
19/03/2026
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Ross-shire Engineering Limited (RSE)
SC177939
Mansefield House, Muir Of Ord Industrial Estate, Muir Of Ord, Ross-Shire, IV6 7UA
Ross-Shire
EH48 2UP
UK
NUTS: UKM
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 540 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Lot 2 - Asset Delivery Partners
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
19/03/2026
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
M Group Water (Network Infrastructure) Ltd
04530602
Abel Smith House, Gunnels Wood Road Stevenage Herts
Stevenage
SG1 2ST
UK
NUTS: UKM
Internet address(es)
URL: www.mgroupltd.com
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 540 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Scottish Water reserves the right to augment the supply chain during SR27 to support emerging SR33 needs. To facilitate this, a mid-point review of the SR27 supply chain will be conducted in 2030 and the current supply chain capacity and capability will be assessed at this time to ensure business requirements will be met. Based on the outcome of this and subsequent reviews, Scottish Water reserves the right to procure additional/alternative supply chain enterprise partners, as required.<br/><br/>In SR27, Scottish Water will also procure a Domestic Subcontract Network (DSN) and a Tier 2/Regional framework which will be suitable for small/medium enterprises and specialist partners to work with the enterprise and will support capital and operational requirements. Wider frameworks will be procured for materials, plant and specialist water and wastewater equipment that all partners within the supply chain can utilise opening up further opportunities for the market to be part of the SR27 Scottish Water Supply Chain.
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
25/03/2026