Section one: Contracting authority
one.1) Name and addresses
Scottish Water
6 Buchanan Gate
Mark Duignan
G33 6FB
Contact
Mark Duignan
mark.duignan@scottishwater.co.uk
Telephone
+44 1414830266
Country
United Kingdom
Region 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://scottishwater.delta-esourcing.com/respond/9Z9RJJQ39V
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://scottishwater.delta-esourcing.com/respond/9Z9RJJQ39V
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Water Utilities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Rural Property Services
Reference number
SW22/WP/1391
two.1.2) Main CPV code
- 70332100 - Land management services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of services for management of Scottish Water rural land and property.
two.1.5) Estimated total value
Value excluding VAT: £7,000,000
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
Scottish Water Commercial Land Management requires a pan-Scotland rural estate management service in respect of nearly 60,000 acres of owned water catchments as well a variety of small property holdings, houses, reservoirs and woodlands held to secure the effective delivery of water and wastewater services throughout Scotland. The key drivers are protecting the quality and integrity of water supplies/wastewater treatment along with the achievement of Scottish Water’s wider business objectives of contributing to financial outperformance against its current Strategic Plan, maximising the value of its property portfolio and expanding the utilisation of its land and assets for renewable energy generation.
The framework will encompass the following services -
Rural Land Management:
- Provision of professional advice and support to SW relating to the Scottish Water land and property portfolio including land and forestry management, regulatory compliance, maintenance, leases, licensing, rent and income factoring, Includes SW Land Team support through secondment.
Acquisitions:
- Provision of professional valuation and negotiation services associated with acquisition of land and property.
Redundant Asset Programme:
- Provision of professional services associated with disposal of land and property assets.
Land Referencing:
- Provision of professional land ownership verification services and comprehensive land ownership reports.
Full service scopes provided within ITN.
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: £7,000,000
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 framework will have an initial 2 year term and 3 x 2-year extension options.
If all extension options are utilised (total: 8-year framework term), it is estimated that the services will be re-tendered in 2031.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 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 respond to this opportunity please click here: https://scottishwater.delta-esourcing.com/respond/9Z9RJJQ39V
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
It is a pre-requisite that bidders hold current RICS accreditation and can demonstrate previous experience in undertaking services of similar scope and scale.
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.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
RICS accreditation is required.
three.2.2) Contract performance conditions
Scottish Water reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.
Bidders must comply with modern slavery act and operate an ethical supply chain.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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 October 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: If all extension options are utilised, it is estimated that the services will be re-tendered in 2031.
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
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://scottishwater.delta-esourcing.com/respond/9Z9RJJQ39V
GO Reference: GO-2022915-PRO-20961465
six.4) Procedures for review
six.4.1) Review body
Glasgow Sherriff Court
1 Carlton Place
Glasgow
G5 9TW
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Scottish Water
6 Buchanan Gate
Glasgow
G33 6FB
Telephone
+44 7875873072
Country
United Kingdom