Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Scottish Water
6 Buchanan Gate
Glasgow
G33 6FB
UK
Telephone: +44 1414830344
E-mail: paul.mcdonald@scottishwater.co.uk
NUTS: UKM
Internet address(es)
Main address: https://www.scottishwater.co.uk/
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:-Health-and-safety-services./88MXE349Q9
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.delta-esourcing.com/tenders/UK-title/88MXE349Q9
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
Health and Safety Lone Worker System
Reference number: SW23/TI&T/1435
II.1.2) Main CPV code
71317200
II.1.3) Type of contract
Services
II.1.4) Short description
Scottish Water (SW) has a legislative requirement and a duty of care to its people to ensure they are as safe as possible while undertaking tasks that are considered as Lone working e.g. where someone works by themselves without close or direct supervision. There are a number of systems in operation at SW, which can set alerts and escalations to aid people who are set as Lone Workers and get in to difficulties. However, these systems are not managed from one single source, have several stakeholders working independently and use different processes. SW is looking to procure a new system of Lone Working will look to utilise current integrations with Workday and will work in tandem with new apps for measuring and registering fatigue and the ICCs spatial awareness that plots the location of Lone Workers in the event of escalations.
II.1.5) Estimated total value
Value excluding VAT:
633 000.00
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) has a legislative requirement and a duty of care to its people to ensure they are as safe as possible while undertaking tasks that are considered as Lone working e.g. where someone works by themselves without close or direct supervision. There are a number of systems in operation at SW, which can set alerts and escalations to aid people who are set as Lone Workers and get in to difficulties. However, these systems are not managed from one single source, have several stakeholders working independently and use different processes, which is confusing to the user. The new system of Lone Working will look to utilise current integrations with Workday and will work in tandem with new apps for measuring and registering fatigue and the ICCs spatial awareness that plots the location of Lone Workers in the event of escalations New Contract Requirements/Contract transition H&S would be looking to obtain the most flexible contract possible and understand that suppliers would want to have a fixed term contract with optional extras for extension e.g. initial 3 years with annual optional extensions The system should be cloud based third party hosted and accessed through an online browser available to SW admin people 24/7/365. The system should provide comprehensive Lone Working functionality including setting different Lone Working Categories; providing a variety of escalations and alert technologies with comprehensive reporting showing all details of system usage and escalations/ notifications. SW would be looking to have all SW people permanently present in the system (circa 4.5 – 5K) and only users undertaking LW tasks would be activated when required. You must be able to access the new LWS via the telephone network, GPS, wifi and browser. Additional dedicated devices would be used in exceptional circumstances. The LWs should plot locations of users and/or track users movements spatially i.e. can be reproduced on electronic maps. These maps should be either part of the native or reproduced on another host system. The LWS should be able to take and manage uploads from SWs HR system Workday which will automatically manage user numbers and amend existing users, remove users who have left SW and add new users to SW. The system should be able to accommodate SWs organisation hierarchy structure and escalate notifications and /or at least house details of a user’s line management (reports to). This structure should be capable of amendment through updates from SWs HR System Workday. The supplier should also provide a variety of training media covering all aspects of their system and this should be available to all users without additional charge.
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:
633 000.00
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:
3 year initial term + 5x1 year extension options at Scottish Waters sole discretion.
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 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: 88MXE349Q9
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Minimum level(s) of standards required:
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
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
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
16/06/2023
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
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:
<a href="https://scottishwater.delta-esourcing.com/tenders/UK-UK-Glasgow:-Health-and-safety-services./88MXE349Q9" target="_blank">https://scottishwater.delta-esourcing.com/tenders/UK-UK-Glasgow:-Health-and-safety-services./88MXE349Q9</a>
To respond to this opportunity, please click here:
<a href="https://scottishwater.delta-esourcing.com/respond/88MXE349Q9" target="_blank">https://scottishwater.delta-esourcing.com/respond/88MXE349Q9</a>
GO Reference: GO-2023515-PRO-22970459
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G59DA
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
15/05/2023