Section one: Contracting entity
one.1) Name and addresses
Scottish Water
The Bridge, 6 Buchanan Gate, Stepps
Glasgow
G33 6FB
Contact
Zara-Louise Harriott
zara-louise.harriott@scottishwater.co.uk
Telephone
+44 7522997257
Country
United Kingdom
Region code
UKM - Scotland
Internet address(es)
Main address
https://www.scottishwater.co.uk/
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
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Screens and Screenings Handling
Reference number
SW25/W&WTE/1526
two.1.2) Main CPV code
- 45252127 - Wastewater treatment plant construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Scope & Description of requirement
The scope of supply is for the design, supply, installation, commissioning, and ongoing service and maintenance of Screens and Screenings Handling Systems across all Scottish Water operational areas, including remote regions such as the Highlands and Islands. The scope includes after-sales support, system testing, and operator training, ensuring a fully integrated and reliable end-to-end delivery.
The Screens and Screenings Handling Systems shall be designed to ensure continuous, efficient, and compliant operation, supporting the removal, conveyance, and hygienic disposal of screenings in line with Scottish Water’s technical and environmental standards.
Standards & Requirements
All products supplied under this framework must comply with Scottish Water’s Requirements, which are subject to periodic updates. Suppliers are responsible for ensuring that all equipment and associated processes meet the latest applicable standards throughout the duration of the framework.
Applicable Standards
Equipment must conform to:
• Scottish Water Requirements (see below)
• Relevant British Standards, including but not limited to BS EN 12255 for wastewater treatment systems
• Water Industry Mechanical and Electrical Specifications (WIMES)
• Dangerous Substances and Explosive Atmospheres Regulations (DSEAR) 2002, updated 2015
All systems must integrate seamlessly with existing Wastewater Treatment Works (WwTW) infrastructure and SCADA systems and be capable of operating under variable flow and load conditions while maintaining compliance with discharge consents.
Contract Duration
4-year initial term with 2 x 2-year extensions options:
• Lot 1: Screens and Screenings Handling - Approx £3.5m for initial 4 years term (£7m including extensions).
• Lot 2: Sludge Screens and Screenings Handling - Approx £1.5m for initial 4 years term (£3m including extensions).
The break points in the contract will allow SW to review the market and ensure the product
is still fit for purpose and providing value for money.
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 PQQ - Screens and Screenings Handling
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 45252127 - Wastewater treatment plant construction work
- 45232430 - Water-treatment work
- 45252127 - Wastewater treatment plant construction work
- 45259100 - Wastewater-plant repair and maintenance work
- 39350000 - Sewerage works equipment
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 scope of supply is for the design, supply, installation, commissioning, and ongoing service and maintenance of Screens and Screenings Handling Systems across all Scottish Water operational areas, including remote regions such as the Highlands and Islands. The scope includes after-sales support, system testing, and operator training, ensuring a fully integrated and reliable end-to-end delivery.
The Screens and Screenings Handling Systems shall be designed to ensure continuous, efficient, and compliant operation, supporting the removal, conveyance, and hygienic disposal of screenings in line with Scottish Water’s technical and environmental standards.
The Supplier shall provide all services necessary to deliver the above scope, including:
• Existing asset surveys
• Condition assessments
• Delivery either as a complete turnkey solution or via clearly defined work packages
Close collaboration will be required with:
• Scottish Water’s internal Operations and Maintenance teams
• Alliance contractors
• Framework suppliers
This collaborative approach is essential to ensure seamless integration with existing infrastructure and operational practices.
Waste disposal activities under this framework must:
• Comply with all relevant legislation
• Be carried out by a licensed waste disposal provider
The Supplier is expected to actively support Scottish Water’s Beyond Net Zero strategy by:
• Minimising waste generation
• Applying circular economy principles—reduce, reuse, recycle
• Minimising waste sent to landfill
All works must comply with:
• Scottish Water technical specifications
• WIMES (Water Industry Mechanical and Electrical Specifications)
• Relevant British Standards (BS)
• Applicable regulatory requirements
These specifications are subject to regular review and updates throughout the framework duration. Full details are provided in Section 4: Standards and Requirements of the Scope document.
The Supplier shall be responsible for providing:
• Works Manuals
• Asset Scripts
These must be delivered in the format specified by Scottish Water and provided at the same time as the associated equipment.
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 initial Framework Agreement duration will be for 48 months. Thereafter, SW reserves
the right to extend the Framework Agreement, at their sole discretion, for a further four (4)
years worth of extension options, subject to satisfactory performance, value for money and
continued requirements.
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) Description
two.2.1) Title
Lot 2 PQQ - Sludge Screens and Screenings Handling
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 45252127 - Wastewater treatment plant construction work
- 45232430 - Water-treatment work
- 45252127 - Wastewater treatment plant construction work
- 45259100 - Wastewater-plant repair and maintenance work
- 39350000 - Sewerage works equipment
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 scope of supply is for the design, supply, installation, commissioning, and ongoing service and maintenance of Screens and Screenings Handling Systems across all Scottish Water operational areas, including remote regions such as the Highlands and Islands. The scope includes after-sales support, system testing, and operator training, ensuring a fully integrated and reliable end-to-end delivery.
The Screens and Screenings Handling Systems shall be designed to ensure continuous, efficient, and compliant operation, supporting the removal, conveyance, and hygienic disposal of screenings in line with Scottish Water’s technical and environmental standards.
The Supplier shall provide all services necessary to deliver the above scope, including:
• Existing asset surveys
• Condition assessments
• Delivery either as a complete turnkey solution or via clearly defined work packages
Close collaboration will be required with:
• Scottish Water’s internal Operations and Maintenance teams
• Alliance contractors
• Framework suppliers
This collaborative approach is essential to ensure seamless integration with existing infrastructure and operational practices.
Waste disposal activities under this framework must:
• Comply with all relevant legislation
• Be carried out by a licensed waste disposal provider
The Supplier is expected to actively support Scottish Water’s Beyond Net Zero strategy by:
• Minimising waste generation
• Applying circular economy principles—reduce, reuse, recycle
• Minimising waste sent to landfill
All works must comply with:
• Scottish Water technical specifications
• WIMES (Water Industry Mechanical and Electrical Specifications)
• Relevant British Standards (BS)
• Applicable regulatory requirements
These specifications are subject to regular review and updates throughout the framework duration. Full details are provided in Section 4: Standards and Requirements of the Scope document.
The Supplier shall be responsible for providing:
• Works Manuals
• Asset Scripts
These must be delivered in the format specified by Scottish Water and provided at the same time as the associated equipment.
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: £3,000,000
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 initial Framework Agreement duration will be for 48 months. Thereafter, SW reserves
the right to extend the Framework Agreement, at their sole discretion, for a further four (4)
years worth of extension options, subject to satisfactory performance, value for money and
continued requirements.
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
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Please see Procurement Documents for further information.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please see Procurement Documents for further information.
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
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 November 2025
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
22 October 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
To access this opportunity, please register using the following link:
https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Scottish Water
The Bridge, 6 Buchanan Gate, Stepps
Glasgow
G33 6FB
Country
United Kingdom