Scottish Water : Provision of Active Leakage Management Services

  Scottish Water is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Provision of Active Leakage Management Services
Notice type: Contract Notice - Utilities
Authority: Scottish Water
Nature of contract: Services
Procedure: Negotiated with competition
Short Description: Providers are required to provide expertise, guidance, support and resources in design, planning, management and delivery of active leakage management. The appointed supplier will work with and supplement Scottish Water’s own “in-house” provision in achieving the company leakage targets.
Published: 11/10/2019 12:11
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: Leak-testing services.
Section I: Contracting Authority
      I.1) Name and addresses
             Scottish Water
             6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
             Tel. +44 7875873072, Email: andrew.neilson@scottishwater.co.uk
             Contact: Andrew Neilson
             Main Address: 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:-Leak-testing-services./XSB67NWT2H
      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/XSB67NWT2H 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 Active Leakage Management Services       
      Reference Number: SW19/CSD/1249
      II.1.2) Main CPV Code:
      71631430 - Leak-testing services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Providers are required to provide expertise, guidance, support and resources in design, planning, management and delivery of active leakage management. The appointed supplier will work with and supplement Scottish Water’s own “in-house” provision in achieving the company leakage targets.       
      II.1.5) Estimated total value:
      Value excluding VAT: 56,000,000       
      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: Providers are required to provide expertise, guidance, support and resources in design, planning, management and delivery of active leakage management. The appointed supplier will work with and supplement Scottish Water’s own “in-house” provision in achieving the company leakage targets.

Scottish Water intends to procure an agreement with a single provider. Estimated annual expenditure is £6-8 million. The initial award period is five years, with the option to extend for a further 3 x 12 month periods at SW’s sole discretion.


The service will include, but not limited to the following:

-The proactive and reactive location of leaks on all types of water mains and fittings, communication pipes and supply pipes, of any material or diameter through utilising
the full range of leakage detection techniques available and to include the identification of all unaccounted water usage
-The mobilisation of skilled and fully equipped detection resources to work effectively with the regional leakage managers and other delivery partners.
-Provision of highly skilled leakage detection staff to include two man, single man teams and technical support.
-Provide accurate and timely flow of information to and from sites using mobile communications to minimise travel time.
- Provide, manage and maintain vehicles and equipment to deliver the service.
-Maintenance, design and weekly supply of comprehensive Leakage performance indicators (LPI’s)
-The delivery of services beyond detection work. This type of work may include assisting the installation and optimisation of DMAs, major incidents such as large burst or wide scale low pressure problems.
-Provide Innovative Leakage Detection Solutions


As the service is required across the whole of Scotland, the reporting base from which the teams work may be varied during the period of the agreement. SW retains the right to use other Suppliers including SW repair contractors to undertake leakage detection services within the same area as the Supplier.
      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: 56,000,000       
      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: The initial award period is five years, with the option to extend for a further 3 x 12 month periods at SW’s sole discretion.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 5       
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      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: Not provided       
   


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 4 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: No       
   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: 11/11/2019 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 09/12/2019       
      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://www.delta-esourcing.com/tenders/UK-UK-Glasgow:-Leak-testing-services./XSB67NWT2H

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/XSB67NWT2H
   VI.4) Procedures for review
   VI.4.1) Review body:
             Scottish Water
       6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
       Tel. +44 7875873072, Email: andrew.neilson@scottishwater.co.uk
   VI.4.2) Body responsible for mediation procedures:
             Scottish Water
          6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
          Tel. +44 7875873072, Email: andrew.neilson@scottishwater.co.uk
   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: 11/10/2019

Annex A


View any Notice Addenda

View Award Notice