Section one: Contracting entity
one.1) Name and addresses
SCOTTISH HYDRO ELECTRIC TRANSMISSION PLC
Inveralmond House
PERTH
PH13AQ
Contact
Emilia Salmon
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
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