Tender

Operational Technology and Digital Engineering Services

  • Scottish Water

F05: Contract notice – utilities

Notice identifier: 2025/S 000-020102

Procurement identifier (OCID): ocds-h6vhtk-050fd0

Published 9 May 2025, 2:25pm



Section one: Contracting entity

one.1) Name and addresses

Scottish Water

The Bridge, 6 Buchanan Gate, Stepps

Glasgow

G33 6FB

Contact

Ruth Campbell

Email

ruth.campbell@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

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

Operational Technology and Digital Engineering Services

Reference number

SW25/DIG/1507

two.1.2) Main CPV code

  • 72220000 - Systems and technical consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Scottish Water is looking for organisations to provide expertise to support delivery of Scottish Water’s Operational Technology Strategy in a manner that is compliant with IEC 62443 and the NIS Directive. This new Operational Technology Services framework will be required to support, assure, design and deliver relevant projects within our Digital Portfolio as well as the Transformation workstreams and the wider Scottish Water Capital Programme; including supporting Scottish Water Horizons and our PFI transitions.

There will be two lots with one covering the Consultancy and Assurance elements and the other supporting deployment of solutions.

Further information and context and our digital strategy can be found in the PQQ overview document.

Lot 1 – Operational Technology Consultancy and Assurance 

This lot will assess across the following three areas:-

Operational Technology Strategy and Technology roadmap support. 
Project Management services
Design and Assurance  


Lot 2 – Operational Intelligence and Digital Engineering Services

This lot will be divided into three distinct service areas which will be assessed and awarded separately.

Deployment and Maintenance of Sensors and Smart Assets
Deployment and Maintenance of Remote-control solutions
Digital Engineering - Design and Enablement Partners

All projects will have the objective of ensuring scalability and flexibility for future technological advancements.

The scope of work may include the following on a project-by-project basis survey (intrusive and non-intrusive as appropriate), design, systems integration, migration planning, migration, testing, software installation and commissioning. It may also include the supply of software, training and documentation. 

two.1.5) Estimated total value

Value excluding VAT: £68,000,000

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

Operational Intelligence and Digital Engineering

Lot No

2

two.2.2) Additional CPV code(s)

  • 51611100 - Hardware installation 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

Scottish Water seeks partners who will support deployment and maintenance of technologies to support our operational intelligence journey. This lot will cover three separate services - deployment of sensors and smart assets, deployment of remote control solutions and digital engineering enablement partners. The estimated value range of expenditure under this lot is between £29 million to £57 million. 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: £57,000,000

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

This framework will be awarded for an initial term of 3 years with up to 5 years worth of extension options (split into 5 x 1 year extensions) available at the sole discretion of Scottish Water.

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

Envisaged number of candidates: 6

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

To access this opportunity, please register using the following link - https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projec

two.2) Description

two.2.1) Title

Operational Technology - Consultancy and Assurance

Lot No

1

two.2.2) Additional CPV code(s)

  • 72220000 - Systems and technical consultancy 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

Scottish Water is seeking partners to support with delivery of Operational Technology Strategy, Design, Architecture, Implementation and Testing Assurance services to support the assurance of OT delivery across Scottish Water. The estimated value range of expenditure under this lot is between £8 million to £11 million. 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: £11,000,000

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

This framework will be awarded for an initial terms of 3 years with 5 years worth of extension options (split in 5 x 1 year extensions) available at the sole discretion of Scottish Water.

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

To access this opportunity; please register using the following 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

See Procurement Documents on further information.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

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

9 June 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

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

Email

help@scottishwater.co.uk

Country

United Kingdom

Internet address

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