Opportunity

Low Carbon Kiosks

  • Scottish Water

F05: Contract notice – utilities

Notice reference: 2024/S 000-007874

Published 12 March 2024, 2:44pm



Section one: Contracting entity

one.1) Name and addresses

Scottish Water

6 Buchanan Gate

Glasgow

G33 6FB

Contact

Angela Woodburn

Email

angela.woodburn@scottishwater.co.uk

Country

United Kingdom

NUTS code

UKM - Scotland

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.scottishwater.co.uk/

Buyer's address

https://www.scottishwater.co.uk/

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Low Carbon Kiosks

Reference number

SW23/CI/1426

two.1.2) Main CPV code

  • 44211000 - Prefabricated buildings

two.1.3) Type of contract

Supplies

two.1.4) Short description

Scottish Water (SW) wishes to enter into a framework agreement for the provision of innovative Low Carbon Kiosk (LCK) solutions. The framework will include the design, manufacturing, fabrication, on site assembly (if required) and delivery of both security and non-security rated low carbon kiosks and enclosures across Scotland, including highlands, islands and remote locations. To substantially differentiate the Low Carbon Kiosks from standard GRP/Steel kiosks bidders will be required to provide evidence as to the low carbon benefits/carbon savings of their kiosks including a detailed breakdown of embodied carbon. The framework will be for an initial period of 2 years with SW option to extend for a further 6 periods of 12 months. This framework is intended to include a variety of innovative low carbon solutions from a variety of suppliers. All LCK solutions proposed must be market ready and able to be ordered from the framework commencement date. The framework will thereafter provide the ability for additional products which meet the minimum criteria to be added by successful suppliers throughout the duration of the framework period. Further information in respect of the Scope and Specification is detailed within the tender documentation.

two.1.5) Estimated total value

Value excluding VAT: £5,300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Scotland

two.2.4) Description of the procurement

Scottish Water (SW) wishes to enter into a framework agreement for the provision of innovative Low Carbon Kiosk (LCK) solutions. The framework will include the design, manufacturing, fabrication, on site assembly (if required) and delivery of both security and non-security rated low carbon kiosks and enclosures across Scotland, including highlands, islands and remote locations. To substantially differentiate the Low Carbon Kiosks from standard GRP/Steel kiosks bidders will be required to provide evidence as to the low carbon benefits/carbon savings of their kiosks including a detailed breakdown of embodied carbon. The framework will be for an initial period of 2 years with SW option to extend for a further 6 periods of 12 months. This framework is intended to include a variety of innovative low carbon solutions from a variety of suppliers. All LCK solutions proposed must be market ready and able to be ordered from the framework commencement date. The framework will thereafter provide the ability for additional products which meet the minimum criteria to be added by successful suppliers throughout the duration of the framework period. Further information in respect of the Scope and Specification is detailed within the tender documentation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £5,300,000

two.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

Duration is an initial 2 year period with the option to extend for a further 6 x 12 months periods, subject to the sole discretion of Scottish Water.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The PQQ can be accessed through the link https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Assessment of Financial and Economic Standing, including where required PCG and confirmation of required insurance cover. See tender documents for further Information.

three.1.6) Deposits and guarantees required

Scottish Water reserves the right to require deposits, guarantees, bonds or other forms of appropriate security

three.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.

three.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.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

See Tender Documentation for further information.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 April 2024

Local time

12:00pm

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

To view this notice, please click here: https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Scottish Water

6 Buchanan Gate

Glasgow

G33 6FB

Telephone

+44 8000778778

Country

United Kingdom