Section one: Contracting entity
one.1) Name and addresses
Scottish Water
6 Buchanan Gate
Glasgow
G33 6FB
Contact
Andrew Neilson
andrew.neilson@scottishwater.co.uk
Telephone
+44 7875873072
Country
United Kingdom
Region code
UKM - Scotland
Internet address(es)
Main address
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
https://scottishwater.delta-esourcing.com/respond/4RNXW3W2JH
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
Bioresource and Process Emission Planning System
Reference number
SW23/DIG/1460
two.1.2) Main CPV code
- 48100000 - Industry specific software package
two.1.3) Type of contract
Supplies
two.1.4) Short description
Prescriptive analytical technology used to support collaborative scenario planning, strategic investment decision making and performance improvement for wastewater bioresource management.
two.1.5) Estimated total value
Value excluding VAT: £1,300,000
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
Purchase of prescriptive analytical technology used to support collaborative scenario planning, strategic investment decision making and performance improvement. This solution requires the capability to cover: •The wastewater bioresource system planning incorporating production, transport, treatment, recycling/outlets. •A Net Zero Carbon decision support tool that assesses the most optimal emissions reduction interventions including sensitivity analysis to identify lowest cost based on a target emissions glidepath, covering both nitrous oxide and methane from wastewater treatment and bioresource processing. •Be able to base the decision-making tool on various emissions factors used locally, nationally, and globally. •Be able to adapt to inform long term strategic decisions over 25 years as well as short term asset and operational change and identify operational improvement. •Be able to adapt to and incorporate new emerging technology inputs as they arise. •Incorporate key measures including cost (capex and opex), asset deterioration, carbon, growth, carbon offset costs, emissions factors, and potential mitigation range. •Be able to adapt the solution to include the latest regulatory requirements. •Provision of a core analytics platform incorporating data integration, optimization, visualization, reporting and user interface layers
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: £1,300,000
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
Initial 3 year award with option of 5 x annual renewals
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
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 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.2.2) Time limit for receipt of tenders or requests to participate
Date
7 December 2023
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: 3 (from the date stated for receipt of tender)
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. 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:-Industry-specific-software-package./A9HH2WH8R2" target="_blank">https://scottishwater.delta-esourcing.com/tenders/UK-UK-Glasgow:-Industry-specific-software-package./A9HH2WH8R2
To respond to this opportunity, please click here:
https://scottishwater.delta-esourcing.com/respond/A9HH2WH8R2" target="_blank">https://scottishwater.delta-esourcing.com/respond/A9HH2WH8R2
GO Reference: GO-2023117-PRO-24358102
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
Glasgow
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Scottish Water
6 Buchanan Gate
Glasgow
G33 6FB
andrew.neilson@scottishwater.co.uk
Telephone
+44 7875873072
Country
United Kingdom