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

Bioresource and Process Emission Planning System

  • First published: 09 November 2023
  • Last modified: 09 November 2023

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:
ocds-h6vhtk-04169a
Published by:
Scottish Water
Authority ID:
AA20044
Publication date:
09 November 2023
Deadline date:
07 December 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

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

Coding

Commodity categories

ID Title Parent category
48100000 Industry specific software package Software package and information systems

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:
andrew.neilson@scottishwater.co.uk
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.