Tender

The Supply of Access Covers (Non-Security)

  • Scottish Water

F05: Contract notice – utilities

Notice identifier: 2025/S 000-075870

Procurement identifier (OCID): ocds-h6vhtk-05e5f1

Published 21 November 2025, 8:47am



Section one: Contracting entity

one.1) Name and addresses

Scottish Water

The Bridge, 6 Buchanan Gate, Stepps

Glasgow

G33 6FB

Contact

Euan Doig

Email

euan.doig@scottishwater.co.uk

Telephone

+44 7721859756

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

The Supply of Access Covers (Non-Security)

Reference number

SW25/CDC/1534

two.1.2) Main CPV code

  • 44423760 - Access covers

two.1.3) Type of contract

Supplies

two.1.4) Short description

This framework is for the supply of Access Covers for person and equipment access to Pumping Stations, Storage Tanks, CSO’s and similar chambers. The scope of supply is for design support, site survey (if required), manufacture and delivery of access covers and associated Health and Safety features. The Framework is split into 2 lots. Lot 1 – On road. Lot 2 – Off Road

Access covers should be to BS EN 124 (or agreed equivalent) and shall comply with the following classifications:
• B125 for footways, pedestrian areas and comparable areas. (OFF ROAD)
• C250 for car parks or similar (ON ROAD)
• D400 for carriageways (ductile iron only). (ON ROAD)
• E600/F900 Where required for abnormally BS EN 124 high loadings (ductile iron only) (ON ROAD)

A full range of cover sizes is required. Width 675, 750, 900mm and lengths 675, 750, 900, 1200mm. For larger covers segmental multi cover assemblies must be available. Other sizes may be requested.

Initial framework period is 4 years with the option to extend for 4 x 12 months

two.1.5) Estimated total value

Value excluding VAT: £3,200,000

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 - On Road

Lot No

1

two.2.2) Additional CPV code(s)

  • 44423760 - Access covers

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Scotland

two.2.4) Description of the procurement

This framework is for the supply of Access Covers for person and equipment access to Pumping Stations, Storage Tanks, CSO’s and similar chambers. The scope of supply is for design support, site survey (if required), manufacture and delivery of access covers and associated Health and Safety features. This lot is for On-Road Covers.

Access covers should be to BS EN 124 (or agreed equivalent) and shall comply with the following classifications:
• C250 for car parks or similar.
• D400 for carriageways (ductile iron only).
• E600/F900 Where required for abnormally BS EN 124 high loadings (ductile iron only).

A full range of cover sizes is required. Width 675, 750, 900mm and lengths 675, 750, 900, 1200mm. For larger covers segmental multi cover assemblies must be available. Other sizes may be requested.

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: £1,600,000

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 the sole discretion for a further 4 years worth of extension options subject to satisfactory performance, value for money and continued requirements.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 10

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 - Off-Road

Lot No

2

two.2.2) Additional CPV code(s)

  • 44423760 - Access covers

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Scotland

two.2.4) Description of the procurement

This framework is for the supply of Access Covers for person and equipment access to Pumping Stations, Storage Tanks, CSO’s and similar chambers. The scope of supply is for design support, site survey (if required), manufacture and delivery of access covers and associated Health and Safety features. This lot is for Off-Road Covers.

Access covers should be to BS EN 124 (or agreed equivalent) and shall comply with the following classifications:
• B125 for footways, pedestrian areas and comparable areas. (OFF ROAD)

A full range of cover sizes is required. Width 675, 750, 900mm and lengths 675, 750, 900, 1200mm. For larger covers segmental multi cover assemblies must be available. Other sizes may be requested.

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: £1,600,000

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 the sole discretion for a further four (4) years worth of extension options subject to satisfactory performance, value for money and continued requirements.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 10

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

See Procurement Docs for further detail

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

See Procurement Documents for further information


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

22 December 2025

Local time

12:00pm

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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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/