Tender

Overhead Line LiDAR scanning

  • SCOTTISH HYDRO ELECTRIC TRANSMISSION PLC

F05: Contract notice – utilities

Notice identifier: 2024/S 000-037178

Procurement identifier (OCID): ocds-h6vhtk-04b744

Published 18 November 2024, 12:33pm



Section one: Contracting entity

one.1) Name and addresses

SCOTTISH HYDRO ELECTRIC TRANSMISSION PLC

Inveralmond House

PERTH

PH13AQ

Contact

Emilia Salmon

Email

emilia.salmon@sse.com

Country

United Kingdom

Region code

UKM77 - Perth & Kinross and Stirling

Companies House

SC213461

Internet address(es)

Main address

https://www.ssen-transmission.co.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://sse.app.jaggaer.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://sse.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=406

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Other activity

IT Services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Overhead Line LiDAR scanning

Reference number

8842

two.1.2) Main CPV code

  • 71353000 - Surface surveying services

two.1.3) Type of contract

Services

two.1.4) Short description

Scottish Hydro Electric Transmission Plc. (the "SHET"), seeks a market leading supplier(s) of overhead line LiDAR scanning. The solution will be delivered in PLS-CADD design file and ArcGIS file formats. SHET has identified 4887km of overhead lines in scope for this project, the detail of which will be supplied as shape files readable by GIS software packages. The solution is expected to be a framework for this project and potential future purchases.

The solution must provide LiDAR scanning of sufficient resolution to capture the overhead line including sag between transmission structures, the condition of transmission structures, the terrain and surrounding objects to a total width not less than 150m, centred on the overhead lines. Digital stills will be taken of transmission structures and incorporated into the solution such that they can be called from GIS for a particular location. Reference points must be used to accurately position the scanned overhead lines and transmission structures relative to the British National Grid.

Post processing must be completed to apply defined feature codes to classify objects and structures captured during scanning.

The provider(s) should provide timely high quality project delivery services and excellent post implementation customer support options. The provider should be able to obtain all licenses/certificates required to carry out the work and meet short delivery schedules.

To participate in the procedure the supplier should submit a pre-qualification questionnaire on the SHET's source-to-contract system Jaggaer.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Scotland - Highland, North East, Tayside

two.2.4) Description of the procurement

TO ACCESS THE PROCUREMENT PLEASE CONTACT THE INDIVIDUAL LISTED ON THIS NOTICE OR IONA COOPER @iona.cooper@sse.com

The full requirement is set out in the Procurement documents

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: £5,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The duration reflects the initial period of 36 months with extension options for further 24 month

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The duration reflects the initial period of 36 months with extension options for further 24 month


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

Prospective suppliers should be able to commit that they have reasonable procedures in place for the prevention of modern slavery, human trafficking, financial crime and bribery

Other or additional conditions of participation may be set out in the final tender documents.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Minimum turnover of £10,000,000 per annum.

The suppliers financial standing must provide reasonable confidence that they can fulfil the services.

Other and additional criteria maybe set out in the Procurement documents.

Minimum level(s) of standards possibly required

Minimum turnover of £10,000,000 per annum.

The suppliers financial standing must provide reasonable confidence that they can fulfil the services.

Other and additional criteria maybe set out in the Procurement documents.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Prospective suppliers should be able to evidence strong knowledge and experience in the delivery of similar projects/capabilities

Additional requirements may be set out in the final tender documents.

Current expectation is for the initial project to start in June 2025 and complete by March 2026.

Therefore capacity might be a critical selection criteria.

Minimum level(s) of standards possibly required

As set out in the Procurement documentation


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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

18 December 2024

Local time

5:00pm

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: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

SSE Plc

Inveralmond House, 200 Dunkeld Road

Perth

PH1 3AQ

Country

United Kingdom