Tender

Screens and Screenings Handling

  • Scottish Water

F05: Contract notice – utilities

Notice identifier: 2025/S 000-067643

Procurement identifier (OCID): ocds-h6vhtk-05d203

Published 22 October 2025, 7:35pm



Section one: Contracting entity

one.1) Name and addresses

Scottish Water

The Bridge, 6 Buchanan Gate, Stepps

Glasgow

G33 6FB

Contact

Zara-Louise Harriott

Email

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

https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects

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

Email

help@scottishwater.co.uk

Country

United Kingdom

Internet address

https://www.scottishwater.co.uk/