Scottish Water : Asset Inspection, Testing & Portfolio Management

  Scottish Water is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Asset Inspection, Testing & Portfolio Management
Notice type: Contract Notice - Utilities
Authority: Scottish Water
Nature of contract: Services
Procedure: Negotiated with competition
Short Description: Asset Inspection, Testing & Portfolio Management
Published: 20/05/2022 11:18
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: Technical inspection and testing services.
Section I: Contracting Authority
      I.1) Name and addresses
             Scottish Water
             6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
             Tel. +44 7976460907, Email: paul.stewart@scottishwater.co.uk
             Main Address: 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:-Technical-inspection-and-testing-services./69P9HQYS79
      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/69P9HQYS79 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: Asset Inspection, Testing & Portfolio Management       
      Reference Number: SW22/CI/1412
      II.1.2) Main CPV Code:
      71630000 - Technical inspection and testing services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Asset Inspection, Testing & Portfolio Management       
      II.1.5) Estimated total value:
      Value excluding VAT: 140,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
   
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKM SCOTLAND
      
      II.2.4) Description of procurement: Asset Inspection, Testing & Portfolio Management


Background Information
•Existing Contract End Date: 31/03/22 with a signed off CCN to give a 12month extension until 31/03/2023
SW strategy has changed to substantially increase the number of asset condition inspections carried out per year. The existing supply chain is unable to meet this demand and now require a partner(s) to manage and deliver this increase inspection requirement.

Scottish Water provides drinking water to 2.46 million households and 150,000 business customers in Scotland. Every day it supplies 1.34 billion litres of drinking water and takes away 847 million litres of wastewater from customers' properties and treats it before returning it to the environment. We own a national network of impounding and service reservoirs, 30,311 miles of water pipes, 33,059 miles of Sewers, 239 water treatment works and 1827 wastewater Treatment Works that require us to invest in the region of £750m per year to maintain and enhance our services. To support our business, we require asset inspection and testing services suppliers who will help us provide innovative solutions for the capturing of information to help us manage our business and plan and deliver our Inspection Studies Programme. We envisage our survey partners will work with our Asset Planners, Asset Operations and Project Delivery Partners to provide a comprehensive suite of inspection and testing services.

To assist the role of supporting a flourishing Scotland, Scottish Waters has set out three strategic ambitions of; service excellence, beyond net zero emissions and great value & financial sustainability. Therefore, we are keen to explore all inspection and testing methodologies that can deliver its data requirements, especially if different techniques can provide our data requirements at a lower cost, less risk or reduce carbon footprint.
We currently use many common asset inspection techniques through our current suppliers. In our new Investment Planning period we are looking for suppliers to collaborate with us more closely in order to innovate across a wide range of techniques to capture, manipulate and store survey data.
Typical inspections are currently undertaken through visual and intrusive inspections, on assets which may contain potable water or wastewater, will produce a highly accurate output, and have no adverse Health and Safety concerns. Scottish Water is keen to explore techniques which will deliver accurate data on the conditions of our asset base with innovative methodologies where possible to enable the inspection activities while the assets are in service and also to reduce the extent of the enabling works required to support the inspection activities.
Inspections are required for SW to understand the condition of the asset base. Inspections will set a baseline to improve understanding of asset base condition against which future degradation and deterioration can be monitored when compared to data from future inspections. This knowledge will be used to assess asset risks and identify those with potential to impact on service to customers and assets which have a higher likelihood of failure. The output from inspections may include recommendations for interventions, which will be reviewed and prioritised. Inspection recommendations may also determine future inspection timescales in accordance with the relevant SPMA.

Scottish Water has a large asset base used to deliver services to customers which requires suppliers to provide project specific asset inspection and testing services for both above ground and underground assets including, but not limited to asset grouping found within table 1.

Depending on the number of inspections and required timescales this may be a rolling programme to deliver a fixed number each year, or a one-off programme.
Table 1 – Asset List
Civil/ Structural Pipelines Chemical Dosing Tanks Boreholes
WW & W Pipebridges WW &W Pipebridges WW Secondary Treatment Chemical Dosing Water Supply Boreholes
WW Inlet Works WW Pumping Mains WTW Chemical Dosing Systems
WW Pumping Stations Strategic Infrastructure WW Ancillaries Chemical Dosing Tanks
(Trunk & Raw Mains)
WW Sludge Centres Water Pumping (Pipework)
Strategic Infrastructure Tunnels/ Aqueducts
(Raw intakes)
Filtration (sand filters)
Treated Water Storage
(Prestressed/post-tensioned assets,
water towers)
Chlorine Contact Tanks
WW Primary Treatment
WW Secondary Treatment
WW Ancillaries
Water Pumping (civils)
WW Sewer Structures
Raw Water Storage
WTW Process
Stage Civil
Water & Wastewater Property
(Roads/ Bridges)


Scope
Scottish Water intend to undertake regular Inspections of our asset base in line with the SW Asset Management Strategy and as detailed within SW’s Management Approaches. The Inspections shall be used to understand the condition of our assets, which in turn will be used to better understand Service Risks to our customers and to prioritise future Investment in our assets. The Asset Inspections shall be undertaken at regular intervals and over time will be used to understand rates of deterioration and inform predictive analytical systems which will be used to inform future decisions.
The Supplier shall be required to plan, manage, undertake and report on the Asset Inspections including the confirmation of the asset condition grade, the remaining useful life of the asset along with recommendations for future work or investment on the asset. The scope of the Inspection activities is listed below and within the Inspection Guidance Documents (refer Section 8.1):

Planning and coordination of inspection
1.Source and review existing asset information to enable planning of inspections activities oIdentify / understand constraints impacting the inspection
activities (i.e. this could include but not be limited to constraints relating to isolating processes / equipment for inspection, impact on the performance of
the asset or works, access, operational support, enabling activities etc). Constraints shall be shown on the Inspections Schedule.
2.Site visit if required in order to plan the inspection activities and scope the enabling activities
3. Scheduling of inspections. The Inspections Schedule shall be updated to reflect any changes to the programme of inspections and shall be used to
coordinate the actives of the parties involved in the Inspections
4.Liaison with SW and Operational Staff to give advance notice of any inspection as well as to facilitate the inspection activities
5.Arrange and agree site access with SW Operational Staff
6.Liaison with 3rd Party’s where required to undertake the inspections (i.e. landowners, tenants, Local Authorities, SEPA etc.)
7.Secure Permissions required to undertake the Inspections. This shall include compliance with SW’s Limitation of Access, Access Transfer TOMS and
DOMS procedures which govern and control access to SW’s Assets. In addition, this shall include third party permissions (i.e. SEPA CAR Licences,
NRSWA, Planning etc.) which may be required for specific asset inspections.
8.H&S Planning including the development of a SSOW, Risk Assessment and Method Statements.
9.Where the Inspections activities are deemed to fall under the requirements of the CDM Regulations 2015 (i.e. penetrative inspections etc.) and there is
no requirement for an Enabling Contractor, the Supplier shall be appointed to the role of Principal Contractor under the CDM Regulations.

The Supplier will discharge its duties in-line with this.
1.Identify and develop scope for any enabling activities required to facilitate the site-based inspections
2.Enabling activities may be required in order to facilitate the inspection works. This could include cleaning and emptying of processes, excavations,
erection of scaffolding etc.
3.The Supplier shall develop a scope of works detailing the enabling works required to facilitate the Inspection activities.
4.For the avoidance of doubt the Supplier shall not be expected to undertake the enabling activities. The Enabling Works Scope shall be issued to the
Client who will engage a SW Framework Construction Delivery Partner to carry out the enabling activities.
5.Where enabling activities are required it is anticipated that the Enabling Contractor shall assume the role of the Principal Contractor in line with the
CDM Regulations 2015 for both the enabling and inspection activities. In such circumstances the Supplier shall be employed directly by the SW
Framework Construction Delivery Partner undertaking the enabling works.
6.Undertake site-based inspection works in line with the Inspection Guidance Documents
7.The scope of Inspection Activities shall either be the Routine Visual Inspection or the Full Detailed Inspection as defined in the call off documentation
8.Use of site-based apps for data collection where appropriate (Initially Fulcrum shall be used). As part of SW digital transformation plan the use of site-
based apps will be reviewed and updated to align with SW’s future asset management platforms.
9.Management and control the H&S of all Inspection activities. This shall include undertaking Point of Work Risk Assessments at each site prior to the
commencement of the Inspection works.
10.Coordination and liaison with the Project Manager, SW Operations, Third Parties and others as required during the Inspection Activities
11.Coordination and liaison with the Enabling Contractor where required.
12.Provision of welfare facilities where required in line with Schedule 2 of the CDM Regulations. Where the duration of Inspection activities on site is
limited and subject to agreement, the supplier may seek to make use of SW Welfare Facilities or use third party welfare facilities.

Reporting and management of inspection data
1.Prepare asset inspection reports confirming asset condition and remaining asset life.
2.Management and formatting of inspection data to ensure that the data returned can interface with SW asset management data storage systems.
Where practicable all inspection record data should be geospatially tagged and be linked to SW asset inventory system
3.Site Data to be recorded and stored is detailed in the Asset Inspection Guidance Documents (refer Section 8.1)

High level recommendations for future work in line with the requirements of the relevant Management Approach. The recommendations shall be as follows and accompanied by a high level cost estimate:
•Do nothing
•Monitor or undertake further detailed Inspection works
•Repair / refurbish the asset (based on inspection observations)
•Replace

The Supplier will work closely with the Employers resources in ensuring the delivery of a consistently excellent customer experience. This shall include:
1.Adopting a partnering approach to working with SW
2.Adopting continuous improvement techniques to develop inspection guidance documents
3.Adopting and encouraging the use of innovative inspection and reporting techniques to
•improve the efficiency of the inspection programme
•reduce the service risk to SW customers arising from Inspections
•reduce the impact on operational activities arising from inspections
.reduce the carbon footprint associated with the Inspections
•align and format the inspection data to SW Asset management & reporting systems


“In addition to the Inspections listed above, to be carried out by the Framework Supplier, Scottish Water also intend to carry out regular inspections of our Assets. The Framework Suppler may be asked to collate, analyse and report upon these Asset Inspections carried out by Scottish Water”
      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: 140,000,000       
      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: 2 x 1 year extension options
      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: 69P9HQYS79

Scottish Water reserves the right to award to two operators where it deems appropriate       
   


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 a single operator       
         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: 20/06/2022 Time: 13:00
      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 SPD. We will only accept a completed Scottish Water ITN document. This Notice does not preclude Scottish Water from issuing other notices for specific requirements. Responses to the FTS Notice will be evaluated and applicants who fail to supply all of the information requested in response to this Notice or any resulting 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:-Technical-inspection-and-testing-services./69P9HQYS79

To respond to this opportunity, please click here:
https://scottishwater.delta-esourcing.com/respond/69P9HQYS79
   VI.4) Procedures for review
   VI.4.1) Review body:
             Glasgow Sheriff Court
       Glasgow, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Scottish Water
          6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
   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: 20/05/2022

Annex A


View any Notice Addenda

View Award Notice