Tender

Asset Inspection, Testing & Portfolio Management

  • Scottish Water

F05: Contract notice – utilities

Notice identifier: 2022/S 000-013899

Procurement identifier (OCID): ocds-h6vhtk-033cf0

Published 23 May 2022, 4:05pm



Section one: Contracting entity

one.1) Name and addresses

Scottish Water

6 Buchanan Gate

Glasgow

G33 6FB

Email

paul.stewart@scottishwater.co.uk

Telephone

+44 7976460907

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main 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://www.delta-esourcing.com/tenders/UK-UK-Glasgow:-Technical-inspection-and-testing-services.-*Duplicated*/69P9HQYS79

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-title/69P9HQYS79

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

Asset Inspection, Testing & Portfolio Management

Reference number

SW22/CI/1412

two.1.2) Main CPV code

  • 71630000 - Technical inspection and testing services

two.1.3) Type of contract

Services

two.1.4) Short description

Asset Inspection, Testing & Portfolio Management

two.1.5) Estimated total value

Value excluding VAT: £140,000,000

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

Asset Inspection, Testing & Portfolio Management

Scottish Water has a large asset base used to deliver services to customers which requires suppliers to provide project specific asset inspection and testing services for both above ground and underground assets including, but not limited to asset grouping found within table 1.

Depending on the number of inspections and required timescales this may be a rolling programme to deliver a fixed number each year, or a one-off programme.

Table 1 – Asset List

Civil/ Structural Pipelines Chemical Dosing Tanks Boreholes

WW & W Pipebridges WW &W Pipebridges WW Secondary Treatment Chemical Dosing Water Supply Boreholes

WW Inlet Works WW Pumping Mains WTW Chemical Dosing Systems

WW Pumping Stations Strategic Infrastructure WW Ancillaries Chemical Dosing Tanks

(Trunk & Raw Mains)

WW Sludge Centres Water Pumping (Pipework)

Strategic Infrastructure Tunnels/ Aqueducts

(Raw intakes)

Filtration (sand filters)

Treated Water Storage

(Prestressed/post-tensioned assets,

water towers)

Chlorine Contact Tanks

WW Primary Treatment

WW Secondary Treatment

WW Ancillaries

Water Pumping (civils)

WW Sewer Structures

Raw Water Storage

WTW Process

Stage Civil

Water & Wastewater Property

(Roads/ Bridges)

Scope

Scottish Water intend to undertake regular Inspections of our asset base in line with the SW Asset Management Strategy and as detailed within SW’s Management Approaches. The Inspections shall be used to understand the condition of our assets, which in turn will be used to better understand Service Risks to our customers and to prioritise future Investment in our assets. The Asset Inspections shall be undertaken at regular intervals and over time will be used to understand rates of deterioration and inform predictive analytical systems which will be used to inform future decisions.

The Supplier shall be required to plan, manage, undertake and report on the Asset Inspections including the confirmation of the asset condition grade, the remaining useful life of the asset along with recommendations for future work or investment on the asset. The scope of the Inspection activities is listed below and within the Inspection Guidance Documents (refer Section 8.1):

Planning and coordination of inspection

1.Source and review existing asset information to enable planning of inspections activities oIdentify / understand constraints impacting the inspection

activities (i.e. this could include but not be limited to constraints relating to isolating processes / equipment for inspection, impact on the performance of

the asset or works, access, operational support, enabling activities etc). Constraints shall be shown on the Inspections Schedule.

2.Site visit if required in order to plan the inspection activities and scope the enabling activities

3. Scheduling of inspections. The Inspections Schedule shall be updated to reflect any changes to the programme of inspections and shall be used to

coordinate the actives of the parties involved in the Inspections

4.Liaison with SW and Operational Staff to give advance notice of any inspection as well as to facilitate the inspection activities

5.Arrange and agree site access with SW Operational Staff

6.Liaison with 3rd Party’s where required to undertake the inspections (i.e. landowners, tenants, Local Authorities, SEPA etc.)

7.Secure Permissions required to undertake the Inspections. This shall include compliance with SW’s Limitation of Access, Access Transfer TOMS and

DOMS procedures which govern and control access to SW’s Assets. In addition, this shall include third party permissions (i.e. SEPA CAR Licences,

NRSWA, Planning etc.) which may be required for specific asset inspections.

8.H&S Planning including the development of a SSOW, Risk Assessment and Method Statements.

9.Where the Inspections activities are deemed to fall under the requirements of the CDM Regulations 2015 (i.e. penetrative inspections etc.) and there is

no requirement for an Enabling Contractor, the Supplier shall be appointed to the role of Principal Contractor under the CDM Regulations.

The Supplier will discharge its duties in-line with this.

1.Identify and develop scope for any enabling activities required to facilitate the site-based inspections

2.Enabling activities may be required in order to facilitate the inspection works. This could include cleaning and emptying of processes, excavations,

erection of scaffolding etc.

3.The Supplier shall develop a scope of works detailing the enabling works required to facilitate the Inspection activities.

4.For the avoidance of doubt the Supplier shall not be expected to undertake the enabling activities. The Enabling Works Scope shall be issued to the

Client who will engage a SW Framework Construction Delivery Partner to carry out the enabling activities.

5.Where enabling activities are required it is anticipated that the Enabling Contractor shall assume the role of the Principal Contractor in line with the

CDM Regulations 2015 for both the enabling and inspection activities. In such circumstances the Supplier shall be employed directly by the SW

Framework Construction Delivery Partner undertaking the enabling works.

6.Undertake site-based inspection works in line with the Inspection Guidance Documents

7.The scope of Inspection Activities shall either be the Routine Visual Inspection or the Full Detailed Inspection as defined in the call off documentation

8.Use of site-based apps for data collection where appropriate (Initially Fulcrum shall be used). As part of SW digital transformation plan the use of site-

based apps will be reviewed and updated to align with SW’s future asset management platforms.

9.Management and control the H&S of all Inspection activities. This shall include undertaking Point of Work Risk Assessments at each site prior to the

commencement of the Inspection works.

10.Coordination and liaison with the Project Manager, SW Operations, Third Parties and others as required during the Inspection Activities

11.Coordination and liaison with the Enabling Contractor where required.

12.Provision of welfare facilities where required in line with Schedule 2 of the CDM Regulations. Where the duration of Inspection activities on site is

limited and subject to agreement, the supplier may seek to make use of SW Welfare Facilities or use third party welfare facilities.

Reporting and management of inspection data

1.Prepare asset inspection reports confirming asset condition and remaining asset life.

2.Management and formatting of inspection data to ensure that the data returned can interface with SW asset management data storage systems.

Where practicable all inspection record data should be geospatially tagged and be linked to SW asset inventory system

3.Site Data to be recorded and stored is detailed in the Asset Inspection Guidance Documents (refer Section 8.1)

High level recommendations for future work in line with the requirements of the relevant Management Approach. The recommendations shall be as follows and accompanied by a high level cost estimate:

•Do nothing

•Monitor or undertake further detailed Inspection works

•Repair / refurbish the asset (based on inspection observations)

•Replace

The Supplier will work closely with the Employers resources in ensuring the delivery of a consistently excellent customer experience. This shall include:

1.Adopting a partnering approach to working with SW

2.Adopting continuous improvement techniques to develop inspection guidance documents

3.Adopting and encouraging the use of innovative inspection and reporting techniques to

•improve the efficiency of the inspection programme

•reduce the service risk to SW customers arising from Inspections

•reduce the impact on operational activities arising from inspections

.reduce the carbon footprint associated with the Inspections

•align and format the inspection data to SW Asset management & reporting systems

“In addition to the Inspections listed above, to be carried out by the Framework Supplier, Scottish Water also intend to carry out regular inspections of our Assets. The Framework Suppler may be asked to collate, analyse and report upon these Asset Inspections carried out by Scottish Water”

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: £140,000,000

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

2 x 1 year extension options

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.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

69P9HQYS79

Scottish Water reserves the right to award to two operators where it deems appropriate


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly 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

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

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

Bidders must comply with modern slavery act and operate an ethical supply chain


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 a single operator

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

1 July 2022

Local time

1:00pm

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

Scottish Water will not accept the SPD. We will only accept a completed Scottish Water ITN document. This Notice does not preclude Scottish Water from issuing other notices for specific requirements. Responses to the FTS Notice will be evaluated and applicants who fail to supply all of the information requested in response to this Notice or any resulting exercise may risk elimination

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://scottishwater.delta-esourcing.com/tenders/UK-UK-Glasgow:-Technical-inspection-and-testing-services.-*Duplicated*/69P9HQYS79

To respond to this opportunity, please click here:

https://scottishwater.delta-esourcing.com/respond/69P9HQYS79

GO Reference: GO-2022523-PRO-20184291

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

Glasgow

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Scottish Water

6 Buchanan Gate

Glasgow

G33 6FB

Country

United Kingdom