Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Contact
Stephen Ogilvie
Telephone
+44 1412420133
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Water and Waste Water Billing Services
Reference number
SP-23-07
two.1.2) Main CPV code
- 48444100 - Billing system
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Scottish Ministers through the Scottish Procurement and Property Directorate (SPPD) are seeking to establish a single operator
framework for Water and Waste Water Billing Services for the Scottish Public Sector and Third Sector organisations. The duration of the
framework agreement will be for three years with the option to extend for a further twelve month period.
two.1.5) Estimated total value
Value excluding VAT: £280,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 65100000 - Water distribution and related services
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 framework agreement is for Water and Waste Water Billing Services
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £280,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2027
This contract is subject to renewal
Yes
Description of renewals
A one year contract extension option
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
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
For SPD Statement 4C.6: Bidders will be required to hold a water and sewerage services licence granted under the Water Services etc. (Scotland) Act 2005.
Responses to Question 4.C.6 will be evaluated as a “Pass” or “Fail”. Tenderers who do not hold an licence will not achieve a “Pass” for this question and will not be considered further.
three.1.2) Economic and financial standing
List and brief description of selection criteria
SPD 2D.1 & 2D.1.1 Please list the details of any proposed subcontractors you intend to use.
SPD 2D.1.2 Please provide a separate SPD response for each subcontractor.
For SPD Statement 4B.1.1: Tenderers will be required to have a minimum "general" yearly turnover of 70,000,000 GBP. The figure is considered to be below 1 x the annual contract value of the framework.
The reason for this requirement is that the contractor will be required to pay the water wholesaler for wholesale water in advance of consumption.
SPD Statements 4B.5.1a & 4B.5.1b and 4B.5.2: It is a requirement that tenderers hold or can commit to obtain prior to the commencement of any
subsequently awarded contract the types of insurance indicated below:
SPD Statement 4B.5.1a: Professional Risk Indemnity Insurance in the sum of not less than 5,000,000 GBP for any 1 incident and unlimited in total
SPD Statement 4B.5.1b: Employers Liability Insurance 5,000,000 GBP (in accordance with any legal obligation for the time being in force)
SPD Statement 4B.5.2: Public Liability Insurance in the sum of not less than 10,000,000 GBP for any 1 incident and unlimited in total
Bidders who do not currently have or cannot commit to obtaining the levels of Insurance requested may be excluded from the procurement process. In event of award of a Framework, Scottish Government will seek proof that these Insurance provisions have been fully complied with.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Minimum level(s) of standards required:
SPD statement 4.C.4 - Bidders should confirm they have (or have access to) relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that the systems in place allow to pay subcontractors through the supply chain promptly and effectively. Bidders must also provide:
a. evidence of your standard payment terms
b. evidence at least 95% payment on time of valid invoices,
OR
c. can provide an improvement plan to drive timely progress towards 95% payment on time of valid invoices.
Responses to Q4.C.4 will be evaluated as a “Pass” or “Fail”. Tenderers who do not achieve a “Pass” for this question will not be considered further.
SPD Statement 4C.7: Bidders will be required to demonstrate knowledge of the climate emergency and the impact of their organisation, including their organisation’s own scope 1 and 2 emissions. Accepted evidence to include but is not limited to: A completed copy of the Bidder ‘priority contract’ Climate Change Plan Template, including the bidder’s calculated scope 1 and 2 carbon emissions and their planned projects and actions to reduce their carbon emissions.
SPD Statement 4D.1: Bidders will be required, by the framework commencement date, to demonstrate that they have controls in place to mitigate against cyber-attacks and ensure continuity of service; this may be demonstrated by accreditation to applicable standards such as ISO 27001, ISO 22301, ISO/IEC 20000, Cyber Essentials or their equivalents. Bidders will also be required, by the framework commencement date, to have an effective Quality Management System in place; this may be demonstrated by accreditation to an applicable standard such as ISO 9001, or equivalent, or by submitting a copy of their own Quality Management System.
SPD Statement 4D.2: 1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with
BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,
OR
2. The bidder must have the following:
a. A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent.
b. Documented arrangements for ensuring that environmental management procedures are effective in reducing/preventing significant
impacts on the environment.
c. Arrangements for providing employees with training/information on environmental issues to ensure that workforce has sufficient
skills/understanding to carry out their various duties.
d. Documented arrangements for checking/reviewing and improving, the bidder’s environmental management performance and the
environmental impact.
e. Documented arrangements checking, reviewing/improving the organisations environmental management performance and the
environmental impact on an on-going basis
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-195722
four.2.2) Time limit for receipt of tenders or requests to participate
Date
27 October 2023
Local time
11:00am
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
Tender must be valid until: 29 April 2024
four.2.7) Conditions for opening of tenders
Date
27 October 2023
Local time
11:00am
Place
PCS-T
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: March 2027
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Information about Scottish Public Bodies is available at:
http://www.scotland.gov.uk/Topics/Government/public-bodies/about
Information about the Review of Public Procurement in Scotland and links to the other Centres of Expertise are available at:
http://www.scotland.gov.uk/Topics/Government/Procurement
For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Social considerations will be taken into account in this procurement. See procurement documents.
The successful Contractor is expected to work with the Authority to achieve, through the Contractor's performance of the Framework
Agreement and its call-off contracts, sustainable procurement goals deriving from the Procurement Reform (Scotland) Act 2014 (the Act),
the Scottish Government's Procurement Strategy and, as relevant, the Procurement Strategies of other Public Bodies using the Framework.
In terms of the Act, Community Benefits include benefits in the form of: training and recruitment opportunities; the availability of
sub-contracting opportunities and other benefits that improve the economic, social or environmental wellbeing within a public body's area
whilst a contract is being performed.
A sub-contract clause has been included in this contract. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see:
https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24801. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Statement on Community Benefits in 'Statement of Requirement'.
(SC Ref:726336)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court and Justice of the Peace Court
27 Chambers Street
Edinburgh
EH1 1HB
Country
United Kingdom