Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Scottish Water
6 Buchanan Gate
Stepps
G33 6FB
UK
Contact person: Struan MacAra
Telephone: +44 7880460643
E-mail: struan.macara@scottishwater.co.uk
NUTS: UKM
Internet address(es)
Main address: www.scottishwater.co.uk
Address of the buyer profile: 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-Stepps:-Repair-and-maintenance-services-of-security-equipment./89KD5E2KF3
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/89KD5E2KF3
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
Security System Maintenance
Reference number: SW23/CSD/1448
II.1.2) Main CPV code
50610000
II.1.3) Type of contract
Services
II.1.4) Short description
Maintenance of security alarms to ensure operational water assets are protected.
II.1.5) Estimated total value
Value excluding VAT:
5 000 000.00
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 is looking to partner with an alarm maintenance industry specialist supplier to ensure that its operational water assets are protected throughout its operating area. The principal objectives of this framework are: •To implement a pan-Scotland annual maintenance regime for: oScottish Water operational assets which have been installed with the Sentinor ‘WATERCRESS’© security system (consisting of analyser/control panel; seismic sensors) and matched non-system sensors. •To implement a pan-Scotland annual maintenance regime for: oSpecified Scottish Water operational assets which have been installed with the Cortech DATALOG© 5/MV security management system. oScottish Water operational assets which have been installed with conventional intruder detection systems (consisting of control panel (mostly Honeywell ‘Galaxy’©) and matched sensors). oScottish Water operational assets which have been installed with a variety of fence-mounted perimeter intrusion detection systems; predominantly, Southwest Microwave Intrepid II. oScottish water operational assets which have been installed with an electronic access control system (Honeywell Win-Pak). •To implement a pan-Scotland reactive maintenance response for the above systems such that all faults on security system equipment affected by this contract are attended to within a specified time of the breakdown being reported to the supplier and, where achievable, rectified within the same period. Specifically: oFor specified sites (mostly based on Cortech DATALOG© 5/MV security management integration software) the reactive response time will be 4 hours. oScottish water operational assets which have been installed with an electronic access control system (Honeywell Win-Pak); and master data base system. oFor WATERCRESS©, other IDS systems and PIDs. Response Times: Pan-Scotland 1 working day with the following exceptions: Orkneys & Shetlands; Inner and Outer Hebrides (48-72 hrs). The supplier must demonstrate prior practical multi-site experience of conducting security system maintenance in accordance with manufacturers’ schedules of maintenance tasks. The supplier must demonstrate practical multi-site experience with the installation, maintenance and operation of the Sentinor ‘WATERCRESS’© system. The supplier must demonstrate practical multi-site experience with the installation, maintenance and operation of the Cortech ‘DATALOG’© 5/MV system. Ideally, suppliers should have experience of working within the water services industry, preferably with practical experience of working over live water assets. Suppliers must have all engineering maintenance technicians screened to BS 7858 or UK Government National Security Vetting procedures prior to the start of the contract and throughout the life of the contract. Suppliers must hold and commit to retaining for the length of the framework, NSI Gold for all the following areas: ‘Electronic Security Systems’ (Intruder Alarm, CCTV and Access Control). Suppliers must demonstrate they have extensive experience with BSEN50131 compliant Intruder Detection Systems. Suppliers must have on-going experience with Cortech Datalog 5/MV security management systems; including ability to provide Cortech drawings/editing updates. Suppliers must have on-going experience with fence-mounted PIDS; specifically South West Microwave. All engineers working on Scottish Water’s security systems must hold a valid Energy and Utility Skills Register’s EUSR and Scottish Water DOMs registration. Failure to hold a valid registration will prevent access to operational sites (and systems). In addition to the above, all engineers must also hold a National Water Hygiene Card (HYCOP) due to the engineers working on SW clean water assets. The requirement encompasses various opportunities for efficiency; consolidation and optimisation which exist within the business. Suppliers should have a good understanding of any practices required to support a safe and environmentally friendly service and be able to ensure that these obligations are met at all times. In addition, we welcome and recognise flexible and innovative proposals that seek to reduce our operating costs and improve efficiencies relating to security alarm system maintenance, general maintenance downtime and any untargeted costs associated with alarm maintenance. Scottish Water currently operates on a systems platform that is not integrated internally or linked to the supply base and therefore seeks to address this through the possible utilisation of the supplier’s system and IT capabilities. It is essential that Scottish Water can understand its true whole life cost for each site which should be transparent in nature and fully open for discussion. Suggestions are welcome from suppliers with regard to how this can be successfully achieved.
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:
5 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: No
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:
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:
12/10/2023
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-Stepps:-Repair-and-maintenance-services-of-security-equipment./89KD5E2KF3" target="_blank">https://scottishwater.delta-esourcing.com/tenders/UK-UK-Stepps:-Repair-and-maintenance-services-of-security-equipment./89KD5E2KF3</a>
To respond to this opportunity, please click here:
<a href="https://scottishwater.delta-esourcing.com/respond/89KD5E2KF3" target="_blank">https://scottishwater.delta-esourcing.com/respond/89KD5E2KF3</a>
GO Reference: GO-2023911-PRO-23844736
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
UK
Telephone: +44 1414298888
E-mail: glasgow@scotcourts.gov.uk
Internet address(es)
URL: https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court
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
11/09/2023