Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Construction, Maintenance and Replacement of Gas Distribution Mains and Services — Scotland Gas Netw

  • First published: 07 November 2019
  • Last modified: 07 November 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Scotland Gas Networks Plc
Authority ID:
AA40988
Publication date:
07 November 2019
Deadline date:
29 November 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

ScGN are seeking experienced suppliers to assist the Network with the delivery of a range of Ofgem regulatory outputs predominantly over the GD2 period (2021 to 2026). The primary works activity will be the policy abandonment and replacement, with polyethylene pipework, of underground cast iron gas mains and associated steel service pipes and Risers (up to 6 storeys) across Scotland Network. The majority of the cast-iron mains to be abandoned and renewed will be in the diameter range 3” to 8” (referred to as ‘Tier 1 Mains’) with a significantly smaller quantity in the diameter range 9” – 12” (‘Tier 2 Mains’) and diameter range 15” and above (‘Tier 3 Mains’). The mains are located in predominantly urban locations including Edinburgh, Glasgow and most major cities and towns and operate at pressures up to 2 bar.

Most replacement mains will be constructed using live or dead mains insertion techniques as ‘best engineering practice’ in order to reduce reinstatement costs and increase productivity. The works will also include pricing options for open cut mainlaying.

In addition to the primary works activities detailed above, the framework agreement will include the following secondary works activities which typically account for 5 % - 15 % of the total annual workload:

— replacement of steel mains and services due to their condition (non-policy mains replacement),

— diversion of mains and services at the request of a third party up to 355 mm diameter,

— construction of new reinforcement mains to increase the capacity of the network up to 355 mm diameter.

Suppliers will be required to provide experienced and competent resources to safely deliver the primary works annual policy mains replacement works target and an element of the inclusive secondary works.

The supplier will be required to supply management, supervision resource management, traffic management, main laying, service laying reinstatement and meter works. ScGN will undertake or provide the role of the CDM principal designer and is seeking suppliers who will undertake and deliver the roles and responsibilities of a CDM principal contractor or CDM contractor to provide a fully managed service to ScGN, including but not limited to preconstruction surveys, works scheduling, material ordering, customer liaison, stakeholder engagement, supervision and management of all on site resources, SHE management and auditing. As such, ScGN will be seeking safety conscious suppliers with experience and competence in mains and service replacement works in a street work environment.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Scotland Gas Networks plc

Axis House

Edinburgh

EH28 8TG

UK

Contact person: Cameron Kerr

Telephone: +44 7778373138

E-mail: cameron.kerr@sse.com

NUTS: UKM

Internet address(es)

Main address: www.sgn.co.uk/about-us/reports-and-publications/tenders

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-Edinburgh:-Gas-distribution-ancillary-work./ES4F2RY2KY


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 or requests to participate must be sent to the abovementioned address


I.6) Main activity

Production, transport and distribution of gas and heat

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Construction, Maintenance and Replacement of Gas Distribution Mains and Services — Scotland Gas Networks

Reference number: 10014

II.1.2) Main CPV code

45231223

 

II.1.3) Type of contract

Works

II.1.4) Short description

Scotland Gas Networks plc (‘ScGN’) are a gas distribution utility regulated by the Office of Gas and Electricity Markets (‘Ofgem’). ScGN is seeking experienced suppliers to assist the network with the delivery of a range of regulatory outputs predominantly over the period 2021 to 2026 with optional extensions of 2 x of up to 12 months. The primary works activity will be the policy abandonment and replacement, with polyethylene pipework, of underground cast iron gas mains and associated steel service pipes and risers (up to 6 storeys) across Scotland Network. The majority of the cast-iron mains to be abandoned and renewed will be in the diameter range 3” to 8” (referred to as ‘Tier 1 Mains’) with a significantly smaller quantity in the diameter range 9” – 12” (‘Tier 2 Mains’) and diameter range 15” and above (‘Tier 3 Mains’). The mains are located in predominantly urban locations including Edinburgh, Glasgow and most major cities and towns and operate at pressures up to 2 bar.

II.1.5) Estimated total value

Value excluding VAT: 207 600 600.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Further information can be found in the tenderbox, attachment PQQ-GD2 Scotland.This call for competition also advertises a dynamic purchasing system. The DPS will advertise all future workload as per II.1.4). which becomes available or may include work awarded under the framework agreement where the main suppliers are unable to fulfil. Register at www.delta-esourcing.com, using code 4BBAT2QR72.

II.2) Description

Lot No: 1

II.2.1) Title

North — all Areas North of the River Forth

II.2.2) Additional CPV code(s)

44161110

44161100

44161600

44161000

II.2.3) Place of performance

NUTS code:

UKM71

UKM72

UKM6

UKM5

UKM62

UKM61

UKM50


Main site or place of performance:

Angus and Dundee City, Clackmannanshire and Fife,Highlands and Islands,North Eastern Scotland, Inverness and Nairn and Moray, Badenoch and Strathspey, Caithness and Sutherland and Ross and Cromarty, Aberdeen City and Aberdeenshire.

II.2.4) Description of the procurement

ScGN are seeking experienced suppliers to assist the Network with the delivery of a range of Ofgem regulatory outputs predominantly over the GD2 period (2021 to 2026). The primary works activity will be the policy abandonment and replacement, with polyethylene pipework, of underground cast iron gas mains and associated steel service pipes and Risers (up to 6 storeys) across Scotland Network. The majority of the cast-iron mains to be abandoned and renewed will be in the diameter range 3” to 8” (referred to as ‘Tier 1 Mains’) with a significantly smaller quantity in the diameter range 9” – 12” (‘Tier 2 Mains’) and diameter range 15” and above (‘Tier 3 Mains’). The mains are located in predominantly urban locations including Edinburgh, Glasgow and most major cities and towns and operate at pressures up to 2 bar.

Most replacement mains will be constructed using live or dead mains insertion techniques as ‘best engineering practice’ in order to reduce reinstatement costs and increase productivity. The works will also include pricing options for open cut mainlaying.

In addition to the primary works activities detailed above, the framework agreement will include the following secondary works activities which typically account for 5 % - 15 % of the total annual workload:

— replacement of steel mains and services due to their condition (non-policy mains replacement),

— diversion of mains and services at the request of a third party up to 355 mm diameter,

— construction of new reinforcement mains to increase the capacity of the network up to 355 mm diameter.

Suppliers will be required to provide experienced and competent resources to safely deliver the primary works annual policy mains replacement works target and an element of the inclusive secondary works.

The supplier will be required to supply management, supervision resource management, traffic management, main laying, service laying reinstatement and meter works. ScGN will undertake or provide the role of the CDM principal designer and is seeking suppliers who will undertake and deliver the roles and responsibilities of a CDM principal contractor or CDM contractor to provide a fully managed service to ScGN, including but not limited to preconstruction surveys, works scheduling, material ordering, customer liaison, stakeholder engagement, supervision and management of all on site resources, SHE management and auditing. As such, ScGN will be seeking safety conscious suppliers with experience and competence in mains and service replacement works in a street work environment.

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: 69 600 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

ScGN will additionally create a separate dynamic purchasing system to cover future workload which becomes available. This may include reallocation of work awarded under the new framework agreement where the main supplier(s) is unable to fulfil as further outlined in Section II.1).6 above.

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

SGN reserves the right to accept variants at the ITT stage provided a compliant tender has been submitted. Further information in relation to any variants and how variants will be evaluated will be set out in the ITT. The award criteria will be quality and technical 30 %, price 70 % with further specific details provided within the ITT.

Lot No: 2

II.2.1) Title

East - Lothians, Edinburgh city and Stirlingshire

II.2.2) Additional CPV code(s)

44161110

44161100

44161600

44161000

II.2.3) Place of performance

NUTS code:

UKM73

UKM75

UKM77

UKM78

UKM7


Main site or place of performance:

East Lothian and Midlothian,Edinburgh, City of,Perth & Kinross and Stirling,West Lothian,Eastern Scotland

II.2.4) Description of the procurement

ScGN are seeking experienced Suppliers to assist the Network with the delivery of a range of Ofgem regulatory outputs predominantly over the GD2 period (2021 to 2026). The primary works activity will be the policy abandonment and replacement, with polyethylene pipework, of underground cast iron gas mains and associated steel service pipes and Risers (up to 6 storeys) across Scotland Network. The majority of the cast-iron mains to be abandoned and renewed will be in the diameter range 3” to 8” (referred to as “Tier 1 Mains”) with a significantly smaller quantity in the diameter range 9” – 12” (“Tier 2 Mains”) and diameter range 15” and above (“Tier 3 Mains). The mains are located in predominantly urban locations including Edinburgh, Glasgow and most major cities and towns and operate at pressures up to 2 bar.

Most replacement mains will be constructed using live or dead mains insertion techniques as ‘best engineering practice’ in order to reduce reinstatement costs and increase productivity. The works will also include pricing options for open cut mainlaying.

In addition to the primary works activities detailed above, the Framework Agreement will include the following secondary works activities which typically account for 5 % - 15 % of the total annual workload:

•Replacement of steel mains and services due to their condition (non-policy mains replacement)

•Diversion of mains and services at the request of a third party up to 355mm diameter

•Construction of new reinforcement mains to increase the capacity of the network up to 355mm diameter

Suppliers will be required to provide experienced and competent resources to safely deliver the primary works annual policy mains replacement works target and an element of the inclusive secondary works

The Supplier will be required to supply management, supervision resource management, traffic management, main laying, service laying reinstatement and meter works. ScGN will undertake or provide the role of the CDM Principal Designer and is seeking Suppliers who will undertake and deliver the roles and responsibilities of a CDM Principal Contractor or CDM Contractor to provide a fully managed service to ScGN, including but not limited to preconstruction surveys, works scheduling, material ordering, customer liaison, stakeholder engagement, supervision and management of all on site resources, SHE management and auditing. As such, ScGN will be seeking safety conscious Suppliers with experience and competence in mains and service replacement works in a street work environment.

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: 30 600 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

ScGN will additionally create a separate Dynamic Purchasing System to cover future workload which becomes available. This may include reallocation of work awarded under the new Framework Agreement where the main Supplier(s) is unable to fulfil as further outlined in Section II.1.6 above.

II.2.10) Information about variants

Variants will be accepted: Yes

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

SGN reserves the right to accept variants at the ITT stage provided a compliant Tender has been submitted. Further information in relation to any variants and how variants will be evaluated will be set out in the ITT. The award criteria will be Quality and Technical 30 %, Price 70 % with further specific details provided within the ITT.

Lot No: 3

II.2.1) Title

Central - Glasgow and Lanarkshire

II.2.2) Additional CPV code(s)

44161110

44161100

44161600

44161000

II.2.3) Place of performance

NUTS code:

UKM84

UKM82

UKM95


Main site or place of performance:

North Lanarkshire,Glasgow City,South Lanarkshire

II.2.4) Description of the procurement

ScGN are seeking experienced Suppliers to assist the Network with the delivery of a range of Ofgem regulatory outputs predominantly over the GD2 period (2021 to 2026). The primary works activity will be the policy abandonment and replacement, with polyethylene pipework, of underground cast iron gas mains and associated steel service pipes and Risers (up to 6 storeys) across Scotland Network. The majority of the cast-iron mains to be abandoned and renewed will be in the diameter range 3” to 8” (referred to as “Tier 1 Mains”) with a significantly smaller quantity in the diameter range 9” – 12” (“Tier 2 Mains”) and diameter range 15” and above (“Tier 3 Mains). The mains are located in predominantly urban locations including Edinburgh, Glasgow and most major cities and towns and operate at pressures up to 2 bar.

Most replacement mains will be constructed using live or dead mains insertion techniques as ‘best engineering practice’ in order to reduce reinstatement costs and increase productivity. The works will also include pricing options for open cut mainlaying.

In addition to the primary works activities detailed above, the Framework Agreement will include the following secondary works activities which typically account for 5 % - 15 % of the total annual workload:

•Replacement of steel mains and services due to their condition (non-policy mains replacement)

•Diversion of mains and services at the request of a third party up to 355mm diameter

•Construction of new reinforcement mains to increase the capacity of the network up to 355mm diameter

Suppliers will be required to provide experienced and competent resources to safely deliver the primary works annual policy mains replacement works target and an element of the inclusive secondary works

The Supplier will be required to supply management, supervision resource management, traffic management, main laying, service laying reinstatement and meter works. ScGN will undertake or provide the role of the CDM Principal Designer and is seeking Suppliers who will undertake and deliver the roles and responsibilities of a CDM Principal Contractor or CDM Contractor to provide a fully managed service to ScGN, including but not limited to preconstruction surveys, works scheduling, material ordering, customer liaison, stakeholder engagement, supervision and management of all on site resources, SHE management and auditing. As such, ScGN will be seeking safety conscious Suppliers with experience and competence in mains and service replacement works in a street work environment.

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: 60 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

ScGN will additionally create a separate Dynamic Purchasing System to cover future workload which becomes available. This may include reallocation of work awarded under the new Framework Agreement where the main Supplier(s) is unable to fulfil as further outlined in Section II.1.6 above.

II.2.10) Information about variants

Variants will be accepted: Yes

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

SGN reserves the right to accept variants at the ITT stage provided a compliant Tender has been submitted. Further information in relation to any variants and how variants will be evaluated will be set out in the ITT. The award criteria will be Quality and Technical 30 %, Price 70 % with further specific details provided within the ITT.

Lot No: 4

II.2.1) Title

West - Western Scotland, Renfrewshire and Dunbartonshire

II.2.2) Additional CPV code(s)

44161110

44161100

44161000

44161600

II.2.3) Place of performance

NUTS code:

UKM83

UKM81

UKM82

UKM93

UKM76

UKM8


Main site or place of performance:

Inverclyde, East Renfrewshire and Renfrewshire,East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond,Glasgow City,East Ayrshire and North Ayrshire mainland,Falkirk,West Central Scotland

II.2.4) Description of the procurement

ScGN are seeking experienced Suppliers to assist the Network with the delivery of a range of Ofgem regulatory outputs predominantly over the GD2 period (2021 to 2026). The primary works activity will be the policy abandonment and replacement, with polyethylene pipework, of underground cast iron gas mains and associated steel service pipes and Risers (up to 6 storeys) across Scotland Network. The majority of the cast-iron mains to be abandoned and renewed will be in the diameter range 3” to 8” (referred to as “Tier 1 Mains”) with a significantly smaller quantity in the diameter range 9” – 12” (“Tier 2 Mains”) and diameter range 15” and above (“Tier 3 Mains). The mains are located in predominantly urban locations including Edinburgh, Glasgow and most major cities and towns and operate at pressures up to 2 bar.

Most replacement mains will be constructed using live or dead mains insertion techniques as ‘best engineering practice’ in order to reduce reinstatement costs and increase productivity. The works will also include pricing options for open cut mainlaying.

In addition to the primary works activities detailed above, the Framework Agreement will include the following secondary works activities which typically account for 5 % - 15 % of the total annual workload:

•Replacement of steel mains and services due to their condition (non-policy mains replacement)

•Diversion of mains and services at the request of a third party up to 355mm diameter

•Construction of new reinforcement mains to increase the capacity of the network up to 355mm diameter

Suppliers will be required to provide experienced and competent resources to safely deliver the primary works annual policy mains replacement works target and an element of the inclusive secondary works

The Supplier will be required to supply management, supervision resource management, traffic management, main laying, service laying reinstatement and meter works. ScGN will undertake or provide the role of the CDM Principal Designer and is seeking Suppliers who will undertake and deliver the roles and responsibilities of a CDM Principal Contractor or CDM Contractor to provide a fully managed service to ScGN, including but not limited to preconstruction surveys, works scheduling, material ordering, customer liaison, stakeholder engagement, supervision and management of all on site resources, SHE management and auditing. As such, ScGN will be seeking safety conscious Suppliers with experience and competence in mains and service replacement works in a street work environment.

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: 34 800 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

ScGN will additionally create a separate Dynamic Purchasing System to cover future workload which becomes available. This may include reallocation of work awarded under the new Framework Agreement where the main Supplier(s) is unable to fulfil as further outlined in Section II.1.6 above.

II.2.10) Information about variants

Variants will be accepted: Yes

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

SGN reserves the right to accept variants at the ITT stage provided a compliant Tender has been submitted. Further information in relation to any variants and how variants will be evaluated will be set out in the ITT. The award criteria will be Quality and Technical 30 %, Price 70 % with further specific details provided within the ITT.

Lot No: 5

II.2.1) Title

South - Borders, Teviotdale and Dumfries and Galloway

II.2.2) Additional CPV code(s)

44161110

44161100

44161600

44161000

II.2.3) Place of performance

NUTS code:

UKM92

UKM94

UKM9

UKM91

UKM63


Main site or place of performance:

Dumfries & Galloway,South Ayrshire,Southern Scotland,Scottish Borders,Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute

II.2.4) Description of the procurement

ScGN are seeking experienced Suppliers to assist the Network with the delivery of a range of Ofgem regulatory outputs predominantly over the GD2 period (2021 to 2026). The primary works activity will be the policy abandonment and replacement, with polyethylene pipework, of underground cast iron gas mains and associated steel service pipes and Risers (up to 6 storeys) across Scotland Network. The majority of the cast-iron mains to be abandoned and renewed will be in the diameter range 3” to 8” (referred to as “Tier 1 Mains”) with a significantly smaller quantity in the diameter range 9” – 12” (“Tier 2 Mains”) and diameter range 15” and above (“Tier 3 Mains). The mains are located in predominantly urban locations including Edinburgh, Glasgow and most major cities and towns and operate at pressures up to 2 bar.

Most replacement mains will be constructed using live or dead mains insertion techniques as ‘best engineering practice’ in order to reduce reinstatement costs and increase productivity. The works will also include pricing options for open cut mainlaying.

In addition to the primary works activities detailed above, the Framework Agreement will include the following secondary works activities which typically account for 5 % - 15 % of the total annual workload:

•Replacement of steel mains and services due to their condition (non-policy mains replacement)

•Diversion of mains and services at the request of a third party up to 355mm diameter

•Construction of new reinforcement mains to increase the capacity of the network up to 355mm diameter

Suppliers will be required to provide experienced and competent resources to safely deliver the primary works annual policy mains replacement works target and an element of the inclusive secondary works

The Supplier will be required to supply management, supervision resource management, traffic management, main laying, service laying reinstatement and meter works. ScGN will undertake or provide the role of the CDM Principal Designer and is seeking Suppliers who will undertake and deliver the roles and responsibilities of a CDM Principal Contractor or CDM Contractor to provide a fully managed service to ScGN, including but not limited to preconstruction surveys, works scheduling, material ordering, customer liaison, stakeholder engagement, supervision and management of all on site resources, SHE management and auditing. As such, ScGN will be seeking safety conscious Suppliers with experience and competence in mains and service replacement works in a street work environment.

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: 12 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

ScGN will additionally create a separate Dynamic Purchasing System to cover future workload which becomes available. This may include reallocation of work awarded under the new Framework Agreement where the main Supplier(s) is unable to fulfil as further outlined in Section II.1.6 above.

II.2.10) Information about variants

Variants will be accepted: Yes

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

SGN reserves the right to accept variants at the ITT stage provided a compliant Tender has been submitted. Further information in relation to any variants and how variants will be evaluated will be set out in the ITT. The award criteria will be Quality and Technical 30 %, Price 70 % with further specific details provided within the ITT.

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:

Achilles Verify B2 Audit achieved prior to either framework award or dynamic purchasing system call-off.

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

For suppliers who will subcontract parts of the business that might be obtained by it under the proposed framework agreement. The supplier should provide a letter signed by a person of appropriate authority within the supplier organisation confirming that the supplier has or will have prior to the commencement of any subsequently awarded contract, arrangements in place to ensure that sub-contractors are competent and appropriately insured.

The supplier is to confirm that a search of the supplier against a third party financial assessment will not return a ‘Warning’ or ‘Caution’ returnable code or any neutral code (or equivalent), unless the supplier confirms that it can provide any other document which ScGN considers appropriate to prove to ScGN (acting within its permitted discretion under the applicable utilities procurement rules) that the Supplier does/would not represent an unmanageable risk should it be appointed onto the proposed framework agreement.

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.1.4) Objective rules and criteria for participation

Suppliers are required to complete and submit the online PQQ and meet the minimum selection requirements. Those who meet the minimum requirements will be issued with an ITT. Suppliers who take part in the ITT but are not awarded a framework agreement must register on the dynamic purchasing system for the option to compete for future requirements. New suppliers can access the dynamic purchasing system via the weblink. In both these circumstances, those meeting the minimum requirements will be included onto the dynamic purchasing system to compete for future works. Details on how to access the DPS can be found in VI.3).

III.1.6) Deposits and guarantees required:

ScGN reserves the right to require guarantees, bonds, collateral warranties (potentially including the grant of step-in rights) and other forms of security as appropriate based on the financial strength of the Supplier to be specified at ITT stage. Further details and requirements will be provided in the ITT.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

The main financing conditions, payment mechanism and performance standards will be described in the ITT, but it is expected that payment will be based on tendered rates as follows:

Payment will be made through the ScGN work management system (via the contractor invoice payment system) following issue and authorisation of fully completed electronic weekly track sheets and associated job cards and details. A summary of the proposed payment process is provided in Annex A — Heads of Terms. Payment will be made no later than 14 days after receipt of the fully completed weekly track sheets.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

ScGN will accept expressions of interest and tenders from single entities or consortia. ScGN does not require those consortia who intend to form a single legal entity to do so at the pre-qualification stage. ScGN will consider contracting with a consortium, providing always that the participants in any joint venture are jointly and severally liable for all of the obligations of the supplier under the framework agreement.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The framework agreement will make provisions to include performance security requirements and indemnities, delivery criteria and targets, performance measurement (via Key Performance Indicators (KPIs), incentives and penalties to ensure that the delivery achieves best value. Final specific details on the form of framework agreement and contracting approach will be provided in the ITT but a summary of the proposed approach to these key matters is provided in Annex A Heads of Terms.

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

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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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: 29/11/2019

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 27/01/2020

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Subject to the provision for options to extend the agreement, the framework award will take place in 5 years.

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

The value of each lot are estimates only and ScGN reserves the right to transfer or reallocate unspent funds between lots and other works captured by this notice and Suppliers should consider the total value of the works and not just each lot.

Suppliers should note that the duration of the Framework Agreement and time limit for completion expressed in this contract notice may be subject to change in accordance with the terms of the PQQ, ITT and the Framework Agreement.

The Framework Agreement will make appropriate provisions to include ScGN's requirements, including performance security requirements and indemnities, specific targets, Key Performance Indicators (KPIs), and appropriate incentives to ensure that the delivery achieves best value. Further details on the form of Framework Agreement and contracting approach will be provided in the ITT.

Suppliers should be aware that ScGN reserves the right to do any, some or all of the following: — omit scope, vary the scope of the Framework Agreement, vary the scope of the lots or between lots and to abort the procurement of any lot and to aggregate the scope of that aborted lot into one or more of the other lots. Further information in relation to scope and value of the lots is included in the PQQ.

All economic operators must complete the PQQ strictly in accordance with the submission deadline for PQQ applications stated in the PQQ.

A response to this notice does not guarantee that a Supplier will be invited to tender. The award process may be terminated or suspended at any time without cost or liability to ScGN. ScGN does not bind itself to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights express or implied arise out of this notice or the procedures envisaged by it. Any contract let by ScGN may provide that the scope or duration of the contract may be extended at ScGN's discretion. ScGN reserves the right to vary its requirements and the procedure relating to the conduct of the award process. ScGN reserves the right to disqualify any economic operator who:

•Provides information or confirmations which later prove to be untrue or incorrect; does not supply the information required by this contract notice or by the PQQ a, or as otherwise required by ScGN during the award process; or

•Fails by reference to Regulation 78 of the Utilities Contracts (Scotland) Regulations 2016 any one or more of the criteria detailed in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

ScGN reserves the right to require the submission of any additional, supplementary or clarification information as it may, in its absolute discretion, consider appropriate.

Tenders and supporting documents must be priced in Pounds Sterling and all payments made under the contract will be in Pounds Sterling unless otherwise stated.

ScGN embraces diversity and welcomes applications from all suitably skilled Suppliers of all sizes who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of supplier workforce and/or ownership. ScGN will actively promote sustainable procurement throughout its supply chain and welcomes applications from Suppliers committed to the principles of reducing, reusing and recycling resources and to the practices of buying responsibly.

Suppliers should note The DPS will be open until 2026 (with the option of 2 further extension periods of up to 12 months each). You must register on the Delta system at https://www.delta-esourcing.com. Once registered select the ‘Response manager’ on the left hand side and then within the access code box enter the access code 4BBAT2QR72. This will then give you access to the DPS titled Construction, maintenance and replacement of gas distribution mains and services – Scotland Gas Network You must then complete and submit the short online pre-PQQ.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Edinburgh:-Gas-distribution-ancillary-work./ES4F2RY2KY

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/ES4F2RY2KY

GO Reference: GO-2019115-PRO-15539179

VI.4) Procedures for review

VI.4.1) Review body

TBC

TBC

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

ScGN will incorporate a standstill period of a minimum of ten (10) calendar days at the point that information on the award of the framework agreement and the reasons for the decision is communicated to suppliers.

VI.5) Date of dispatch of this notice

05/11/2019

Coding

Commodity categories

ID Title Parent category
45231223 Gas distribution ancillary work Construction work for pipelines, communication and power lines
44161100 Gas pipelines Pipelines
44161110 Gas-distribution network Pipelines
44161600 Low-pressure pipeline Pipelines
44161000 Pipelines Pipeline, piping, pipes, casing, tubing and related items

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
cameron.kerr@sse.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.