Contract 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: Zara-Louise Harriott
Telephone: +44 7522997257
E-mail: zara-louise.harriott@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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Screens and Screenings Handling
Reference number: SW25/W&WTE/1526
II.1.2) Main CPV code
45252127
II.1.3) Type of contract
Works
II.1.4) Short description
Scope & Description of requirement<br/><br/>The scope of supply is for the design, supply, installation, commissioning, and ongoing service and maintenance of Screens and Screenings Handling Systems across all Scottish Water operational areas, including remote regions such as the Highlands and Islands. The scope includes after-sales support, system testing, and operator training, ensuring a fully integrated and reliable end-to-end delivery.<br/><br/>The Screens and Screenings Handling Systems shall be designed to ensure continuous, efficient, and compliant operation, supporting the removal, conveyance, and hygienic disposal of screenings in line with Scottish Water’s technical and environmental standards.<br/><br/>Standards & Requirements<br/><br/>All products supplied under this framework must comply with Scottish Water’s Requirements, which are subject to periodic updates. Suppliers are responsible for ensuring that all equipment and associated processes meet the latest applicable standards throughout the duration of the framework.<br/><br/>Applicable Standards<br/><br/>Equipment must conform to:<br/>• Scottish Water Requirements (see below)<br/>• Relevant British Standards, including but not limited to BS EN 12255 for wastewater treatment systems<br/>• Water Industry Mechanical and Electrical Specifications (WIMES)<br/>• Dangerous Substances and Explosive Atmospheres Regulations (DSEAR) 2002, updated 2015<br/><br/>All systems must integrate seamlessly with existing Wastewater Treatment Works (WwTW) infrastructure and SCADA systems and be capable of operating under variable flow and load conditions while maintaining compliance with discharge consents.<br/><br/>Contract Duration<br/><br/>4-year initial term with 2 x 2-year extensions options:<br/><br/>• Lot 1: Screens and Screenings Handling - Approx £3.5m for initial 4 years term (£7m including extensions).<br/><br/>• Lot 2: Sludge Screens and Screenings Handling - Approx £1.5m for initial 4 years term (£3m including extensions).<br/><br/>The break points in the contract will allow SW to review the market and ensure the product <br/>is still fit for purpose and providing value for money.
II.1.5) Estimated total value
Value excluding VAT:
10 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: Lot 1
II.2.1) Title
Lot 1 PQQ - Screens and Screenings Handling
II.2.2) Additional CPV code(s)
45252127
45232430
45252127
45259100
39350000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Scotland
II.2.4) Description of the procurement
The scope of supply is for the design, supply, installation, commissioning, and ongoing service and maintenance of Screens and Screenings Handling Systems across all Scottish Water operational areas, including remote regions such as the Highlands and Islands. The scope includes after-sales support, system testing, and operator training, ensuring a fully integrated and reliable end-to-end delivery.<br/><br/>The Screens and Screenings Handling Systems shall be designed to ensure continuous, efficient, and compliant operation, supporting the removal, conveyance, and hygienic disposal of screenings in line with Scottish Water’s technical and environmental standards.<br/><br/>The Supplier shall provide all services necessary to deliver the above scope, including:<br/><br/>• Existing asset surveys<br/>• Condition assessments<br/>• Delivery either as a complete turnkey solution or via clearly defined work packages<br/><br/>Close collaboration will be required with:<br/>• Scottish Water’s internal Operations and Maintenance teams<br/>• Alliance contractors<br/>• Framework suppliers<br/><br/>This collaborative approach is essential to ensure seamless integration with existing infrastructure and operational practices.<br/><br/>Waste disposal activities under this framework must:<br/>• Comply with all relevant legislation<br/>• Be carried out by a licensed waste disposal provider<br/><br/>The Supplier is expected to actively support Scottish Water’s Beyond Net Zero strategy by:<br/>• Minimising waste generation<br/>• Applying circular economy principles—reduce, reuse, recycle<br/>• Minimising waste sent to landfill<br/><br/>All works must comply with:<br/>• Scottish Water technical specifications<br/>• WIMES (Water Industry Mechanical and Electrical Specifications)<br/>• Relevant British Standards (BS)<br/>• Applicable regulatory requirements<br/><br/>These specifications are subject to regular review and updates throughout the framework duration. Full details are provided in Section 4: Standards and Requirements of the Scope document.<br/><br/>The Supplier shall be responsible for providing:<br/>• Works Manuals<br/>• Asset Scripts<br/><br/>These must be delivered in the format specified by Scottish Water and provided at the same time as the associated equipment.
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:
7 000 000.00
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:
The initial Framework Agreement duration will be for 48 months. Thereafter, SW reserves<br/>the right to extend the Framework Agreement, at their sole discretion, for a further four (4)<br/>years worth of extension options, subject to satisfactory performance, value for money and<br/>continued requirements.
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
Lot No: Lot 2
II.2.1) Title
Lot 2 PQQ - Sludge Screens and Screenings Handling
II.2.2) Additional CPV code(s)
45252127
45232430
45252127
45259100
39350000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Scotland
II.2.4) Description of the procurement
The scope of supply is for the design, supply, installation, commissioning, and ongoing service and maintenance of Screens and Screenings Handling Systems across all Scottish Water operational areas, including remote regions such as the Highlands and Islands. The scope includes after-sales support, system testing, and operator training, ensuring a fully integrated and reliable end-to-end delivery.<br/><br/>The Screens and Screenings Handling Systems shall be designed to ensure continuous, efficient, and compliant operation, supporting the removal, conveyance, and hygienic disposal of screenings in line with Scottish Water’s technical and environmental standards.<br/><br/>The Supplier shall provide all services necessary to deliver the above scope, including:<br/><br/>• Existing asset surveys<br/>• Condition assessments<br/>• Delivery either as a complete turnkey solution or via clearly defined work packages<br/><br/>Close collaboration will be required with:<br/>• Scottish Water’s internal Operations and Maintenance teams<br/>• Alliance contractors<br/>• Framework suppliers<br/><br/>This collaborative approach is essential to ensure seamless integration with existing infrastructure and operational practices.<br/><br/>Waste disposal activities under this framework must:<br/>• Comply with all relevant legislation<br/>• Be carried out by a licensed waste disposal provider<br/><br/>The Supplier is expected to actively support Scottish Water’s Beyond Net Zero strategy by:<br/>• Minimising waste generation<br/>• Applying circular economy principles—reduce, reuse, recycle<br/>• Minimising waste sent to landfill<br/><br/>All works must comply with:<br/>• Scottish Water technical specifications<br/>• WIMES (Water Industry Mechanical and Electrical Specifications)<br/>• Relevant British Standards (BS)<br/>• Applicable regulatory requirements<br/><br/>These specifications are subject to regular review and updates throughout the framework duration. Full details are provided in Section 4: Standards and Requirements of the Scope document.<br/><br/>The Supplier shall be responsible for providing:<br/>• Works Manuals<br/>• Asset Scripts<br/><br/>These must be delivered in the format specified by Scottish Water and provided at the same time as the associated equipment.
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:
3 000 000.00
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:
The initial Framework Agreement duration will be for 48 months. Thereafter, SW reserves<br/>the right to extend the Framework Agreement, at their sole discretion, for a further four (4)<br/>years worth of extension options, subject to satisfactory performance, value for money and<br/>continued requirements.
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
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4) Objective rules and criteria for participation
Please see Procurement Documents for further information.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please see Procurement Documents for further information.
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.1.8) 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:
21/11/2025
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
22/10/2025
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.3) Additional information
To access this opportunity, please register using the following link:<br/><br/>https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects
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
22/10/2025