Opportunity

Supply of Precast Concrete

  • Scottish Water

F05: Contract notice – utilities

Notice reference: 2021/S 000-016788

Published 16 July 2021, 2:15pm



Section one: Contracting entity

one.1) Name and addresses

Scottish Water

6 Buchanan Gate

Glasgow

G33 6FB

Email

chris.flanagan@scottishwater.co.uk

Telephone

+44 8000778778

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:-Concrete-products./DD444HN677

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/DD444HN677

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

Supply of Precast Concrete

Reference number

SW21/CI/1355

two.1.2) Main CPV code

  • 44114200 - Concrete products

two.1.3) Type of contract

Supplies

two.1.4) Short description

The purpose of this framework is to provide national coverage for the supply of precast concrete materials in Scotland at the best market rates to Scottish Water.

The scope shall comprise of the design, supply, delivery to site and appropriate off-loading of all precast concrete product.

Lot 1 - Precast Products

Lot 2 - Precast Structures

Lot 3 - Potable Water Retaining Precast Structures

For further detail please see PQQ overview document.

two.1.5) Estimated total value

Value excluding VAT: £24,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Scottish Water reserves the rights to award contracts combining all lots.

two.2) Description

two.2.1) Title

Precast Products

Lot No

Lot 1 - Precast Products

two.2.2) Additional CPV code(s)

  • 44114200 - Concrete products

two.2.3) Place of performance

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

SCOTLAND

two.2.4) Description of the procurement

The purpose of this framework is to provide national coverage for the supply of precast concrete materials in Scotland at the best market rates to Scottish Water.

Users of this framework will be Scottish Water and its delivery partners. The supply of precast concrete materials supports the capital and operational planned and re-active works programmes of Scottish Water.

The scope shall comprise of the design, supply, delivery to site and appropriate off-loading of all precast concrete products, including but not limited to materials as detailed below for each lot.

Lot 1 - Precast Products:

•Concrete pipes and fittings (all sizes)

•Concrete manhole chambers and cover slabs (all sizes)

•Concrete caisson rings and cover slabs (all sizes)

•Precast troughing and lids (all sizes)

•Concrete box culverts (all sizes)

•Precast kerbs, channels and slabs

•Concrete gully pots (all sizes)

•Concrete wall sections (valves/hydrants)

The Supplier must conform with Scottish Water Standards and Specifications Version 5.0 (a copy of which was provided at the time of the ITN documents being published), and any updates which are implemented thereafter.

The Specifications that apply to this Framework Agreement are the British Standards relevant to each of the product listings including but not restricted to:

Lot 1 – Standard Precast Products

•Scottish Water’s Full suite of Standard and Specifications

oSpecification 100 – Design Requirements

oSpecification 205 - Security Installation

•EN 1916:2002/AC:2008 Concrete Pipe, Fittings & Junctions

•EN 1917:2002/AC:2008 Manhole Chambers, Soakaways & Cover Slabs

•EN 14844:2006+A1:2008 Box Culvert

•EN 1338:2003/AC:2006 Kerbs, Channels & Slabs

•EN 1339:2003/AC:2006

•EN 1340:2003/AC:2006

•BS EN 13225:2013 - Precast concrete products

•BS EN 13369:2013 - Common rules for precast concrete products

•BS EN 12794:2005 - Precast concrete products

•BS EN 206-1 - Concrete – Specification, Production & Conformity

•BS 8500-1 - Complimentary British Standard to BS EN 206-1

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: £13,600,000

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

4 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

The PQQ documents can also be accessed by logging in through Scottish Water Delta e-sourcing webpage http://scottishwater.delta-esourcing.com/ and through the Response Manager section using the following Access Code for Lot 1: DS95797636

two.2) Description

two.2.1) Title

Precast Structures

Lot No

Lot 2 - Precast Structures

two.2.2) Additional CPV code(s)

  • 44114200 - Concrete products

two.2.3) Place of performance

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

SCOTLAND

two.2.4) Description of the procurement

The purpose of this framework is to provide national coverage for the supply of precast concrete materials in Scotland at the best market rates to Scottish Water.

Users of this framework will be Scottish Water and its delivery partners. The supply of precast concrete materials supports the capital and operational planned and re-active works programmes of Scottish Water.

The scope shall comprise of the design, supply, delivery to site and appropriate off-loading of all precast concrete products, including but not limited to materials as detailed below

Lot 2 - Precast Structures:

•Concrete headwalls (all sizes)

•Precast shaft linings and cover slabs (all sizes)

•Precast CSO chambers and lids (all sizes

The Supplier must conform with Scottish Water Standards and Specifications Version 5.0 (a copy of which was provided at the time of the ITN documents being published), and any updates which are implemented thereafter.

The Specifications that apply to this Framework Agreement are the British Standards relevant to each of the product listings including but not restricted to:

Lot 2 - Precast Structures

•Scottish Water’s Full suite of Standard and Specifications

•Specification 100 – Design Requirements

•Specification 205 - Security Installation

•BS EN 13225:2013 - Precast concrete products

•BS EN 13369:2013 - Common rules for precast concrete products

•BS EN 12794:2005 - Precast concrete products

•BS EN 206-1 - Concrete – Specification, Production & Conformity

•BS 8500-1 - Complimentary British Standard to BS EN 206-1

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: £6,400,000

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

4 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

The PQQ documents can also be accessed by logging in through Scottish Water Delta e-sourcing webpage http://scottishwater.delta-esourcing.com/ and through the Response Manager section using the following Access Code for Lot 2: 94M2C794PY

two.2) Description

two.2.1) Title

Potable Water Retaining Structures

Lot No

Lot 3 - Potable Water Retaining Structures

two.2.2) Additional CPV code(s)

  • 44114200 - Concrete products

two.2.3) Place of performance

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

SCOTLAND

two.2.4) Description of the procurement

The purpose of this framework is to provide national coverage for the supply of precast concrete materials in Scotland at the best market rates to Scottish Water.

Users of this framework will be Scottish Water and its delivery partners. The supply of precast concrete materials supports the capital and operational planned and re-active works programmes of Scottish Water.

The scope shall comprise of the design, supply, delivery to site and appropriate off-loading of all precast concrete products, including but not limited to materials as detailed below:

Lot 3 - Potable Water Retaining Precast Structures:

A combination of precast and in-situ concrete elements designed to optimise the construction process using offsite fabricated components incorporating features which minimise activity and risk on site. DWI compliant for potable water storage.

The Supplier must conform with Scottish Water Standards and Specifications Version 5.0 (a copy of which was provided at the time of the ITN documents being published), and any updates which are implemented thereafter.

The Specifications that apply to this Framework Agreement are the British Standards relevant to each of the product listings including but not restricted to:

Lot 3 – Potable Water Retaining Precast Structures

•Water (Scotland) Act

•Scottish Water’s Water Supply Hygiene Code of Practice

•Scottish Water’s Distribution Operations and Maintenance Strategy (DOMs)

•Scottish Water’s Full suite of Standard and Specifications

•Specification 100 – Design Requirements

•Specification 430 – Water Storage

•Specification 205 - Security Installation

•BS EN 1990 - Eurocode – Basis of Structural Design

•BS EN 1992-1-1 - Eurocode 2 – Design of Concrete Structures

•BS EN 1992-3 - Eurocode 2 – Liquid Retaining Structures

•BS EN 206-1 - Concrete – Specification, Production & Conformity

•BS 8500-1 - Complimentary British Standard to BS EN 206-1

All products must adhere to the latest standards as layout by British Standard all products must comply with the relevant CE regulations in particular with the most recent development in relation to Standards and Specifications and the implementation of the Construction Products Regulation on 01 July 2013.

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: £4,000,000

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

4 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

The PQQ documents can also be accessed by logging in through Scottish Water Delta e-sourcing webpage http://scottishwater.delta-esourcing.com/ and through the Response Manager section using the following Access Code for Lot 3: D8WABW765Z


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 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

17 August 2021

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

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. Scottish Water reserves the right to divide the scope of the contract into lots at tender and contract award stages as it deems appropriate. 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:

https://scottishwater.delta-esourcing.com/tenders/UK-UK-Glasgow:-Concrete-products./DD444HN677

To respond to this opportunity, please click here:

https://scottishwater.delta-esourcing.com/respond/DD444HN677

GO Reference: GO-2021716-PRO-18582099

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Place

Glasgow

G5 9TW

Telephone

+44 1414298888

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