Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Scottish Water
6 Buchanan Gate
Glasgow
G33 6FB
UK
Contact person: Andrew Neilson
Telephone: +44 7875873072
E-mail: andrew.neilson@scottishwater.co.uk
NUTS: UKM
Internet address(es)
Main address: 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://scottishwater.delta-esourcing.com/tenders/UK-UK-Glasgow:-Industry-specific-software-package./4RNXW3W2JH
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://scottishwater.delta-esourcing.com/respond/4RNXW3W2JH
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
Bioresource and Process Emission Planning System
Reference number: SW23/DIG/1460
II.1.2) Main CPV code
48100000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Prescriptive analytical technology used to support collaborative scenario planning, strategic investment decision making and performance improvement for wastewater bioresource management.
II.1.5) Estimated total value
Value excluding VAT:
1 300 000.00
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
Purchase of prescriptive analytical technology used to support collaborative scenario planning, strategic investment decision making and performance improvement. This solution requires the capability to cover: •The wastewater bioresource system planning incorporating production, transport, treatment, recycling/outlets. •A Net Zero Carbon decision support tool that assesses the most optimal emissions reduction interventions including sensitivity analysis to identify lowest cost based on a target emissions glidepath, covering both nitrous oxide and methane from wastewater treatment and bioresource processing. •Be able to base the decision-making tool on various emissions factors used locally, nationally, and globally. •Be able to adapt to inform long term strategic decisions over 25 years as well as short term asset and operational change and identify operational improvement. •Be able to adapt to and incorporate new emerging technology inputs as they arise. •Incorporate key measures including cost (capex and opex), asset deterioration, carbon, growth, carbon offset costs, emissions factors, and potential mitigation range. •Be able to adapt the solution to include the latest regulatory requirements. •Provision of a core analytics platform incorporating data integration, optimization, visualization, reporting and user interface layers
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:
1 300 000.00
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:
Initial 3 year award with option of 5 x annual renewals
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
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:
07/12/2023
Local time: 12:00
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: 3 (from the date stated for receipt of tender)
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:-Industry-specific-software-package./A9HH2WH8R2" target="_blank">https://scottishwater.delta-esourcing.com/tenders/UK-UK-Glasgow:-Industry-specific-software-package./A9HH2WH8R2</a>
To respond to this opportunity, please click here:
<a href="https://scottishwater.delta-esourcing.com/respond/A9HH2WH8R2" target="_blank">https://scottishwater.delta-esourcing.com/respond/A9HH2WH8R2</a>
GO Reference: GO-2023117-PRO-24358102
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
Glasgow
UK
VI.4.2) Body responsible for mediation procedures
Scottish Water
6 Buchanan Gate
Glasgow
G33 6FB
UK
Telephone: +44 7875873072
E-mail: andrew.neilson@scottishwater.co.uk
VI.5) Date of dispatch of this notice
07/11/2023