ARCHIVED USERS: Provision of Sludge Tankering Services

  ARCHIVED USERS is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Provision of Sludge Tankering Services
Notice type: Contract Notice - Utilities
Authority: ARCHIVED USERS
Nature of contract: Services
Procedure: Negotiated with competition
Short Description: Scottish Water requires suppliers to provide a supplementary ad hoc tankering service for liquid water and waste water sludge during periods of high demand or during emergency incidents, and an on-demand septic tank emptying service for private customers. The tankering service will normally be from Scottish Water wastewater and water treatment plants to Scottish Water or PFI Sludge Treatment facilities. Septic tank emptying will take place on customers’ properties, and therefore appropriately sized vehicles shall be required. The suppliers may be required to supply a self- drive suitably sized tankering vehicle to be driven by a Scottish Water driver on request. This procurement in split into 3 lots.
Published: 26/08/2020 11:22
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Glasgow: Sludge transport services.
Section I: Contracting Authority
      I.1) Name and addresses
             Scottish Water
             6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
             Tel. +44 7825203975, Email: nicola.young@scottishwater.co.uk
             Contact: Nicola Young
             Main Address: https://www.scottishwater.co.uk, Address of the buyer profile: https://www.scottishwater.co.uk/
             NUTS Code: UKM
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Glasgow:-Sludge-transport-services./TTHUANS664
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/TTHUANS664 to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided

      I.6) Main activity:
            Water

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Provision of Sludge Tankering Services       
      Reference Number: SW19/S&W/1262
      II.1.2) Main CPV Code:
      90513700 - Sludge transport services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Scottish Water requires suppliers to provide a supplementary ad hoc tankering service for liquid water and waste water sludge during periods of high demand or during emergency incidents, and an on-demand septic tank emptying service for private customers. The tankering service will normally be from Scottish Water wastewater and water treatment plants to Scottish Water or PFI Sludge Treatment facilities. Septic tank emptying will take place on customers’ properties, and therefore appropriately sized vehicles shall be required. The suppliers may be required to supply a self- drive suitably sized tankering vehicle to be driven by a Scottish Water driver on request. This procurement in split into 3 lots.       
      II.1.5) Estimated total value:
      Value excluding VAT: 29,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 3
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
   
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1. Sludge Tankering – Supplementary Ad Hoc       
      Lot No: Lot 1.       
      II.2.2) Additional CPV codes:
      90513700 - Sludge transport services.
      
      II.2.3) Place of performance:
      UKM SCOTLAND
      
      II.2.4) Description of procurement: Scottish Water requires suppliers to provide a supplementary ad hoc tankering service for liquid water and waste water sludge during periods of high demand or during emergency incidents.The tankering service will normally be from Scottish Water wastewater and water treatment plants to Scottish Water or PFI Sludge Treatment facilities.Suppliers may be required to supply a self- drive suitably sized tankering vehicle to be driven by a Scottish Water driver on request.

Lot 1 is split into 4 sub sections:

1A – North Region
1B – East Region
1C – West Region
1D – South Region

Suppliers can bid for an individual subsection or the full Lot.

Scottish Water is undertaking an ambitious project to transform operations across the Bio Resource supply chain which may have an impact on Bio Resource Tankering volumes. Scottish Water cannot guarantee any level of work as this work is supplementary to Scottish Water Tanker fleet activities.

Scottish Water is in the process of absorbing Water Treatment and Waste Water Treatment Private Finance Initiatives into Scottish Water operations. Where this happens SW will utilise framework suppliers to meet demand for Bio Resource Transport Services.

Appendix A contains the full scope of activities.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 20,228,911       
      Currency: GBP       
      II.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: An initial term of 4 years plus a further 4 years’ worth of extensions at Scottish Waters sole discretion.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
             
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The Pre Qualification Questionnaire can also be accessed by logging into the Scottish Water Delta Portal https://scottishwater.delta-esourcing.com via the response manager section using access code: TTHUANS664       
   
   
II.2) Description Lot No. 2
      
      II.2.1) Title: Septic Tank Emptying – Ad Hoc Supplementary       
      Lot No: Lot 2.       
      II.2.2) Additional CPV codes:
      90460000 - Cesspool or septic tank emptying services.
      
      II.2.3) Place of performance:
      UKM SCOTLAND
      
      II.2.4) Description of procurement: Scottish Water requires suppliers to provide an on-demand septic tank emptying service for private customers. Septic tank emptying will take place on customers’ properties and be delivered to an outlet advised by Scottish Water, therefore appropriately sized vehicles shall be required.
The suppliers may be required to supply a self- drive suitably sized tankering vehicle to be driven by a Scottish Water driver on request.

Lot 2 – Septic Tank Emptying for SW Customers – Supplementary Ad Hoc is split into four subsections as below:
1A – North Region
1B – East Region
1C – West Region
1D – South Region

Suppliers can bid for an individual subsections or for the full Lot.

Scottish Water is undertaking an ambitious project to transform operations across the Bio Resource supply chain which may have an impact on Bio Resource Tankering volumes. Scottish Water cannot guarantee any level of work as this work is supplementary to Scottish Water Tanker fleet activities.

Scottish Water is in the process of absorbing Water Treatment and Waste Water Treatment Private Finance Initiatives into Scottish Water operations. Where this happens SW will utilise framework suppliers to meet demand for Bio Resource Transport Services.

Appendix A contains the full scope of activities.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 4,587,269       
      Currency: GBP       
      II.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: An initial term of 4 years with a further 4 years' worth of extensions at Scottish Waters sole discretion.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
             
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The Pre-Qualification Questionnaire can also be accessed by logging into the Scottish Water Delta Portal https://scottishwater.delta-esourcing.com via the response manager section using access code: TTHUANS664       
   
   
II.2) Description Lot No. 3
      
      II.2.1) Title: Self Drive Tanker Hire       
      Lot No: Lot 3.       
      II.2.2) Additional CPV codes:
      34144520 - Sewage tankers.
      
      II.2.3) Place of performance:
      UKM SCOTLAND
      
      II.2.4) Description of procurement: Scottish Water requires suppliers to provide a self- drive suitably sized tankering vehicle to be driven by a Scottish Water driver on request, this will be on an Ad -hoc basis to support the sludge Tankering activities in Lot 1. and septic tank emptying activities in Lot 2.

Lot 3 – Self Drive Tanker Hire is split into 4 subsections:
1A – North Region
1B – East Region
1C – West Region
1D – South Region

Suppliers can bid for an individual subsection or the full lot.

Appendix A contains the full scope of activities.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 4,183,739       
      Currency: GBP       
      II.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: An initial term of 4 years followed by a further 4 years' worth of extensions at Scottish Waters sole discretion.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
             
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The Pre-Qualification Questionnaire can also be accessed by logging into the Scottish Water Delta Portal https://scottishwater.delta-esourcing.com via the response manager section using access code: TTHUANS664       
   


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Applicants will be expected to be of sufficient financial and economic standing to support the anticipated contract value. All applicants must complete the financial questions within the pre-qualification questionnaire and tender documents. Financial standing relevant to the anticipated contract value will be determined by Scottish Water based on the response to the pre-qualification questionnaire and any further financial checks deemed necessary.    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.4) Objective rules and criteria for participation
            Not Provided      
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      III.1.6) Deposits and guarantees required:
      Scottish Water reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.    
      III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      All prices quoted shall be in Sterling (UK) and all payments shall be made in Sterling (UK). Payment shall be made on the basis of completed services in accordance with the agreed contract rates, schedules and conditions of contract.   
      III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      In the event of a group of companies submitting an accepted offer it will be necessary for each member of the group to sign an undertaking that each company in the group will be jointly and severally liable for the satisfactory performance of the contract.      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      Bidders must comply with modern slavery act and operate an ethical supply chain.          
      III.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: No
   
Section IV: Procedure
   IV.1) Description NEGOTIATED_WITH_COMPETITION
      IV.1.1) Type of procedure: Competitive procedure with negotiation   
   
   IV.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       
         Envisaged maximum number of participants to the framework agreement:
Not Provided                     
         In the case of framework agreements justification for any duration exceeding 8 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 28/09/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: Scottish Water will not accept the ESPD. We will only accept a completed Scottish Water PQQ document. This Notice does not preclude Scottish Water from issuing other notices for specific requirements. Responses to the OJEU Notice will be evaluated and only successful applicants following PQQ evaluation will be invited to submit a tender. Scottish Water reserves the right to divide the scope of the contract into lots at tender and contract award stages as it deems appropriate. Applicants who fail to supply all of the information requested in response to this Notice or any resulting tender exercise may risk elimination.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://scottishwater.delta-esourcing.com/tenders/UK-UK-Glasgow:-Sludge-transport-services./TTHUANS664

To respond to this opportunity, please click here:
https://scottishwater.delta-esourcing.com/respond/TTHUANS664
   VI.4) Procedures for review
   VI.4.1) Review body:
             Glasgow Sheriff Court
       1 Carlton Place, Glasgow, G5 9DA, United Kingdom
       Tel. +44 1414298888, Email: glasgow@scotcourts.gov.uk
   VI.4.2) Body responsible for mediation procedures:
             Scottish Water
          6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
          Tel. +44 8000778778
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 26/08/2020

Annex A


View any Notice Addenda

View Award Notice