Section one: Contracting entity
one.1) Name and addresses
Scottish Water
The Bridge, 6 Buchanan Gate, Stepps
Glasgow
G33 6FB
Contact
Andrew Mulvay
andrew.mulvay@scottishwater.co.uk
Country
United Kingdom
Region code
UK - United Kingdom
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Provision of Vehicle Conversion Services
Reference number
SW25/FLE/1496
two.1.2) Main CPV code
- 50117000 - Vehicle conversion and reconditioning services
two.1.3) Type of contract
Services
two.1.4) Short description
Scottish Water is seeking to engage with potential supplier(s) for the Provision of Vehicle Conversion Services.
The framework will be split into three (3) lots:
Lot 1 – Design and Vehicle Conversion Services
Lot 2 – Vehicle Livery Services
Lot 3 – Vehicle Delivery and Handover Services
Please see lot specific descriptions for further information on the requirements of each lot.
There is no limitation to the number of lots bidders can bid for under this tender exercise.
two.1.5) Estimated total value
Value excluding VAT: £33,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 – Design and Vehicle Conversion Services
Lot No
1
two.2.2) Additional CPV code(s)
- 50117100 - Motor vehicle conversion services
- 34328200 - Vehicle conversion kits
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland Wide
two.2.4) Description of the procurement
Lot 1 – Design and Vehicle Conversion Services
To provide, but not limited to, the following vehicle conversation services: -
• Design/Drawings
• Quotation
• Manufacturing
• Installation
• Re-Use/2nd life Opportunities
The typical vehicles that will be converted under these lots may include, but are not limited to:
• Large Van Conversion up to 5T (VW Crafter or equivalent)
• Large Van Conversions up to 3.5T (Ford Transit or equivalent)
• Medium Van Conversion (Ford Custom or equivalent)
• Small Van Conversion (Ford Connect or equivalent)
• 4x4 Vehicle Conversion
This will be a mixture of Internal combustion engines, and electric vehicles.
Bidders may offer to provide vehicle conversion services for one or more of the above mentioned vehicles types. There are no limits to the number of types of vehicles you can bid for.
Please complete the relevant questionnaire on the Atamis portal indicating the types of vehicles you are interested in bidding for.
The estimated net value range of expenditure under this lot is £11m - £17m. This range is based on historic service spend and envisaged investment under the next framework period. There is however no guarantee of any minimum volume of work under this framework agreement.
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: £17,000,000
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
The initial Framework Agreement duration will be for 48 months. Thereafter, SW reserves the right to extend the Framework Agreement, at their sole discretion, for a further four (4) years worth of extension options, subject to satisfactory performance, value for money and continued requirements.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 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
The PQQ documents and questionnaires can be accessed by logging in through the Scottish Water Atamis e-sourcing portal - https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects and ‘Registering Interest’ on the Provision of Vehicle Conversions advert.
two.2) Description
two.2.1) Title
Lot 2 – Vehicle Livery Services
Lot No
2
two.2.2) Additional CPV code(s)
- 34928470 - Signage
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland Wide
two.2.4) Description of the procurement
Lot 2 – Vehicle Livery Services
To provide, but not limited to, the following vehicle livery/signage services: -
• Design/Drawings
• Quotation
• Manufacturing
• Installation
• Recycle/Reduce emissions
Bidders will be expected to be capable of delivering livery services for all types of vehicles under this lot.
The estimated net value range of expenditure under this lot is £7m - £10m. This range is based on historic service spend and envisaged investment under the next framework period. There is however no guarantee of any minimum volume of work under this framework agreement.
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: £10,000,000
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
The initial Framework Agreement duration will be for 48 months. Thereafter, SW reserves the right to extend the Framework Agreement, at their sole discretion, for a further four (4) years worth of extension options, subject to satisfactory performance, value for money and continued requirements.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 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
The PQQ documents and questionnaires can be accessed by logging in through the Scottish Water Atamis e-sourcing portal - https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects and ‘Registering Interest’ on the Provision of Vehicle Conversions advert.
two.2) Description
two.2.1) Title
Lot 3 - Vehicle Delivery and Handover Services
Lot No
3
two.2.2) Additional CPV code(s)
- 60100000 - Road transport services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland Wide
two.2.4) Description of the procurement
Lot 3 – Vehicle Delivery and Handover Services
To provide, but not limited to, the following vehicle handover/collection services: -
• Vehicle Collection
• Vehicle Delivery
• Vehicle Handover- (vehicle walk round and sign-off)
• Safe, responsible and efficient vehicle movements to reduce emissions where possible
Bidders will be expected to be capable of being able to carry out vehicle delivery and handover services for all types of vehicles under this lot.
The estimated net value range of expenditure under this lot is £4m - £6m. This range is based on historic service spend and envisaged investment under the next investment period. There is however no guarantee of any minimum volume of work under this framework agreement.
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: £6,000,000
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
The initial Framework Agreement duration will be for 48 months. Thereafter, SW reserves the right to extend the Framework Agreement, at their sole discretion, for a further four (4) years worth of extension options, subject to satisfactory performance, value for money and continued requirements.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 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
The PQQ documents and questionnaires can be accessed by logging in through the Scottish Water Atamis e-sourcing portal - https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects and ‘Registering Interest’ on the Provision of Vehicle Conversions advert.
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
Please see Procurement Documents for further information.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please see Procurement Documents 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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 May 2025
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 access this opportunity, please register using the following link:
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
G5 9DA
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Scottish Water
The Bridge, 6 Buchanan Gate, Stepps
Glasgow
G33 6FB
Country
United Kingdom