Award

DV4 Enterprise

SCOTTISH WATER

This public procurement record has 2 releases in its history.

Award

25 Mar 2026 at 09:06

Tender

25 Nov 2024 at 16:55

Summary of the contracting process

Scottish Water is leading the procurement process for the DV4 Enterprise project, which encompasses significant engineering and construction works, primarily focused on water infrastructure across Scotland. The project is divided into two main lots: Lot 1 for Primary Designer services and Lot 2 for Asset Delivery Partners. The procurement is selective and employs a negotiated procedure with a prior call for competition. The intended contract period covers seven years from April 2026, with potential extensions up to March 2039. The overall procurement, targeting a budget of approximately £9bn, is structured to support Scottish Water's strategic objectives, including service excellence and net zero emissions. Prospective bidders must submit their tenders by 6 January 2025, following specific legal, technical, and economic criteria outlined in the procurement documents.

This tender offers substantial growth opportunities for businesses with expertise in engineering design, construction, and water infrastructure maintenance. Companies possessing strong capabilities in civil, mechanical, electrical, and environmental engineering will find valuable prospects in collaborating as either Primary Designers or Asset Delivery Partners. The framework allows for strategic integration with Scottish Water's enterprise model, enabling businesses to engage in innovative solutions and contribute to service excellence and sustainability goals. Small and medium enterprises are encouraged to participate through the Domestic Subcontract Network and Tier 2/Regional framework, promising a dynamic environment with broader collaboration and standardisation efficiencies.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

DV4 Enterprise

Notice Description

Scottish Water is seeking to appoint suitably experienced Asset Delivery Partners and Primary Designer(s) and to deliver our SR27 and SR33 programme of capital works. SR27 is the regulatory period spanning from April 2027 until March 2033. SR33 is the regulatory period spanning from April 2033 until March 2039. Scottish Water aim to award this procurement by March 2026. It will run for a fixed period of seven years until March 2033 with an option to extend for a further six years until March 2039. <br/><br/>The Construction, Design and Management (CDM) 2015 Regulations will apply. Successful bidders will be required to utilise Scottish Waters Supply Chain and Specialist Frameworks. <br/><br/>To deliver the Capital Investment Programme SW is creating an Enterprise, an advanced partnering supply chain model which includes Asset Delivery Partners (ADP) and Primary Designer(s) (PD) working together in high performing integrated teams to deliver programmes of work. <br/><br/>The Enterprise model will have a dynamic outcome-based set of measures, with partners incentivised against service sub-programme and Enterprise outcomes and SW will have embedded resources within the Enterprise. There will also be minimum business performance thresholds in the form of KPI's.<br/><br/>The Enterprise will incorporate enhanced partnering capabilities and a behavioural environment supporting closer resource integration, combined with a trading environment that also supports this approach. This will deliver affordability to support our investment targets, whilst also being adaptable and flexible enough to support changing requirements. <br/><br/>There will be collective focus on Beyond Zero Harm which helps us drive towards improving health, safety and wellbeing and partners will support Scottish Waters Beyond Net Zero ambitions.<br/><br/>This enterprise model procurement will be structured into two Lots: Lot 1 Primary Designer/s, Lot 2 Asset Delivery Partners

Lot Information

Lot 1 - Primary Designer(s)

Scottish Water is seeking to appoint a strategic partner(s) for the provision of Primary Designer services. This will provide assistance with the Strategic programme development, design and delivery of its Investment Programme and will cover improvement works associated with all Water and Wastewater assets across Scotland. This may include new assets, renewals, modification, maintenance, refurbishments, extensions and enhancements to existing assets. It is a requirement that bidders must be capable to act as the Principal Designer role under the Construction, Design and Management (CDM) 2015 Regulations, this includes pre construction responsibilities.

Estimated contract value across the framework for a 13 year period, expected to commence April 2026 is in the range of PS600 million to PS1.3bn.
The Primary Designer will be engaged to provide strategic support, studies, design and technical services at pre, during and post construction, ensuring successful delivery of infrastructure and non-infrastructure programs. They will enhance and maintain a standard design and product library driving process engineering, Nature Based Solutions (NBS) and low carbon products and processes. The Primary Designer will maximise the use of repeatable designs and processes to deliver projects ensuring successful delivery of infrastructure and non-infrastructure programmes of work.
The appointed primary designer(s) is expected to work with Scottish Water and Enterprise Partners over the duration of this agreement to develop effective collaboration, which may include the negotiation of incentive mechanisms, sharing of risk, co-location with multi-agency teams and secondment.

SW Primary designer will be required to support the Enterprises end to end processes, the Partner(s) that will provide Scottish Water's Primary Designer services will support:

* Support Scottish Water Scottish Water Strategic Ambitions of; Service excellence, Beyond net zero emissions and Great value and financial sustainability.
* The design and development of solutions for delivery by framework delivery partners or tendered contractors.
* Create and develop design specifications, drawings, and technical documentation.
* Collaborate with internal teams to align designs with operational and maintenance requirements.
* Holds end to end accountability for project design.
* Ensure compliance with SW requirements, relevant industry standards and regulations.
* Manage Scottish Water's standard products and design library whilst working with the wider SW supply chain.
* Integration of Primary Designer outcomes with Common Data Environment (CDE) as required ensuring compliance with key areas e.g. file locations, file integrity, format etc
* Drive standardisation in design and design management, low carbon products and processes and innovation across programmes and supply chains.
* The study, investigation, data collection, modelling and identification of water and wastewater service related performance improvement requirements.
* The provision of modelling support to inform the design and development of solutions.
* The auditing and assessment of water and wastewater models developed by others.
* Project management support and resources
* The development and assessment of traditional and innovative asset and operational based solutions, feasibility studies, and investment appraisals to support decision making by the client.
* Technical support
* Provide expert technical advice and design support throughout the project lifecycle, from conception to completion providing buildability/delivery plan input and client design assurance. Develop outline plans and requirements to commission the projects being developed and how standard products will be commissioned - standard commissioning.
* Provide expertise on an 'as needed' basis to ensure knowledge transfer and continuity of design support.
* Provide digital handover packages and configure asset information, ensuring lessons learned are recorded.
* Supply technically qualified professionals to be seconded to the water utility for defined periods to support in-house teams.
* Undertake environmental impact assessments, studies, risk analyses, and technical evaluations as needed.
* Evaluate alternative solutions for system upgrades or new infrastructure, providing recommendations based on cost, feasibility, and performance.
* Support the client through strategic consultancy advice, including digital engineering / assembly techniques opportunities e.g. digital twin, rehearsal.
* Provide expertise to support the understanding of future climate impacts on Scottish Waters assets and environment to ensure that systems and services are resilient to climate change.

The Primary Designer is responsible for design and takes accountability for design across the project lifecycle working with the integrated high performing Enterprise team it is a part of. The Primary Designer assesses the most effective way to deliver outcomes i.e. prioritises no build, less build / alternative solutions, efficient build. The Primary Designer works with the supply chain to identify and develop standardisation and alternative low carbon opportunities and agree Asset Delivery Partner or supply chain led elements of the design. The Primary Designer supports Client with asset planning and asset strategy/policy and standards.

Renewal: The framework will be 7 years initial term with 6 years' worth of extension options (at the sole discretion of Scottish Water) to 2039 and SW will conduct a mid-point review of the agreement in 2030.

Lot 2 - Asset Delivery Partners

Scottish Water is seeking to appoint Asset Delivery Partners (ADPs) which will be accountable for driving programme/project delivery, liaising with the Enterprise Primary Designer and Integrator functions to perform Design & Build activities, while adhering to standardised designs. The ADP manages day-to-day activities during construction and coordinates the works with Scottish Water Operations until the point of asset handover.

Scottish Water is seeking to appoint suitably experienced Civils, Infrastructure and MEICA (Including Process Engineering capability) Asset Delivery Partners to deliver our SR27 and SR33 programme of capital works under an outcome-based Enterprise model. Works may include new assets and renewals, surveys and inspections, modifications, complex maintenance, refurbishments, extensions, and enhancements to existing assets. More specifically, the programmes of work based on the SR27 forecast include:

Design and construction of complex and non-complex civil engineering, mechanical, electrical, hydraulic, telemetry, control, instrumentation, and commissioning as required. This support will include works associated with new assets, renewals, modification, maintenance, and refurbishment of water and wastewater networks including mains rehabilitation and lining, sewerage networks, pumping stations and process works including mechanical, electrical, instrumentation and commissioning. The programme pipeline in SR27 includes but is not limited to UID and Flooding Network Capital Maintenance, Waste Water Treatments Works (WWTW) Upgrades & Growth, WWTW Capital Maintenance, Water Networks and new and replacement Pipelines, cleaning and maintenance, Water Treatment Works (WTW) upgrades & Capital Maintenance, Treated Water Storage build and repair.

We are looking for bidders who are committed to working in a safe, collaborative, and flexible way, who will support our drive for increased cost, carbon, time and standardisation efficiencies and who hold the appropriate capability and resources to help us deliver our strategic ambitions of Beyond Net Zero, Service Excellence and Great Value and Financial Sustainability. Successful bidders must be able to safely carry out Principal Contractor responsibilities and will be required to evidence their experience and capabilities in design and build activities for large and complex projects as well as operational requirements such as but not limited to; major water bursts, major sewer collapses and leakage support. Bidders must only bid as single entities and not as joint ventures or consortium.

The framework will be awarded from 2026-2033, with extension options, at client discretion based on business requirements, up to 2039. The estimated net value range of this procurement is PS4bn - PS7.7bn. Ranges are based on 2024 pricing and as such, Scottish Water reserves the right to index these values over the duration of the procurement. Successful partners will get an allocated share of this work as part of the advanced partnering approach.

Scottish Water reserves the right to augment the supply chain during SR27 to support emerging SR33 needs. SR33 is the period from 1st April 2033 until 31st March 2039. To facilitate this, a mid-point review of the SR27 supply chain will be conducted in 2030 and the current supply chain capacity and capability will be assessed at this time to ensure business requirements will be met. Based on the outcome of the review, Scottish Water reserves the right to procure additional/alternative supply chain contractor partners, as required.

The scope of the ADP (Lot 2) will be further divided into three sub-lots:
2a) Civils
* indicative works include creation of above or below ground civil structures e.g. storm tanks and treated water storage tanks.
2b) Infrastructure
* indicative works include installation of new pipework, replacement pipework, refurbished pipework or major repairs of water and sewer pipework, and water pipe lining.
2c) Mechanical, Electrical, Instrumentation, Control and Automation (MEICA) - including Process Engineering, Commissioning Engineering and Smart Technology/Internet of Things (IoT).
*Mechanical: This involves the design, installation and maintenance of mechanical systems including pumps, piping and treatment processes.
* Electrical: This includes electrical site cabling, motor control centres (MCCs) and other electrical installations.
* Instrumentation: This covers the devices and systems used to measure and control variables like flow, temperature, pressure and quality
* Control: This includes operational technology, systems and software used to control and automate operational processes.
* Automation: This refers to the integration of various systems to automate processes, improving efficiency and reliability including AI and data analytics.
* Process Engineering: The includes the design, installation, integration and commissioning of process equipment to treat water and wastewater to the required standards for supply to customers or discharge to the environment.
* Commissioning Engineering: Ensures that systems and components are designed, installed, tested, operated, and maintained according to the operational requirements of the client.
* Smart Technology / IoT: Ability to design, install and commission smart technologies and IoT systems, including selecting appropriate technology, sensors, devices, and communication protocols. Ensuring these are integrated into site industrial control systems and connected to top-end communication and corporate data platforms.

These lots will be evaluated separately, and bidders are able to bid on one or multiple sub-lots. Bidders may be awarded more than one sub-lot.

Renewal: The framework will be 7 years initial term with 6 years' worth of extension options (at the sole discretion of Scottish Water) to 2039 and SW will conduct a mid-point review of the agreement in 2030.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04be95
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/027118-2026
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

45220000 - Engineering works and construction works

45240000 - Construction work for water projects

71320000 - Engineering design services

Notice Value(s)

Tender Value
£9,000,000,000 £1B-£10B
Lots Value
£9,000,000,000 £1B-£10B
Awards Value
Not specified
Contracts Value
£2,190,000,000 £1B-£10B

Notice Dates

Publication Date
25 Mar 20261 months ago
Submission Deadline
6 Jan 2025Expired
Future Notice Date
Not specified
Award Date
19 Mar 20261 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH WATER
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
GLASGOW
Postcode
G33 6FB
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM34 North Lanarkshire
Delivery Location
TLM Scotland

Local Authority
North Lanarkshire
Electoral Ward
Stepps, Chryston and Muirhead
Westminster Constituency
Cumbernauld and Kirkintilloch

Supplier Information

Number of Suppliers
7
Supplier Names

AECOM

FARRANS

M GROUP WATER (NETWORK INFRASTRUCTURE

MOTT MACDONALD BENTLEY

ROSS-SHIRE ENGINEERING LIMITED (RSE

STANTEC

WGM ENGINEERING

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04be95-2026-03-25T09:06:38Z",
    "date": "2026-03-25T09:06:38Z",
    "ocid": "ocds-h6vhtk-04be95",
    "description": "Scottish Water reserves the right to augment the supply chain during SR27 to support emerging SR33 needs. To facilitate this, a mid-point review of the SR27 supply chain will be conducted in 2030 and the current supply chain capacity and capability will be assessed at this time to ensure business requirements will be met. Based on the outcome of this and subsequent reviews, Scottish Water reserves the right to procure additional/alternative supply chain enterprise partners, as required.<br/><br/>In SR27, Scottish Water will also procure a Domestic Subcontract Network (DSN) and a Tier 2/Regional framework which will be suitable for small/medium enterprises and specialist partners to work with the enterprise and will support capital and operational requirements. Wider frameworks will be procured for materials, plant and specialist water and wastewater equipment that all partners within the supply chain can utilise opening up further opportunities for the market to be part of the SR27 Scottish Water Supply Chain.",
    "initiationType": "tender",
    "tender": {
        "id": "SW24/CON/1480",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "DV4 Enterprise",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45220000",
            "description": "Engineering works and construction works"
        },
        "mainProcurementCategory": "works",
        "description": "Scottish Water is seeking to appoint suitably experienced Asset Delivery Partners and Primary Designer(s) and to deliver our SR27 and SR33 programme of capital works. SR27 is the regulatory period spanning from April 2027 until March 2033. SR33 is the regulatory period spanning from April 2033 until March 2039. Scottish Water aim to award this procurement by March 2026. It will run for a fixed period of seven years until March 2033 with an option to extend for a further six years until March 2039. <br/><br/>The Construction, Design and Management (CDM) 2015 Regulations will apply. Successful bidders will be required to utilise Scottish Waters Supply Chain and Specialist Frameworks. <br/><br/>To deliver the Capital Investment Programme SW is creating an Enterprise, an advanced partnering supply chain model which includes Asset Delivery Partners (ADP) and Primary Designer(s) (PD) working together in high performing integrated teams to deliver programmes of work. <br/><br/>The Enterprise model will have a dynamic outcome-based set of measures, with partners incentivised against service sub-programme and Enterprise outcomes and SW will have embedded resources within the Enterprise. There will also be minimum business performance thresholds in the form of KPI's.<br/><br/>The Enterprise will incorporate enhanced partnering capabilities and a behavioural environment supporting closer resource integration, combined with a trading environment that also supports this approach. This will deliver affordability to support our investment targets, whilst also being adaptable and flexible enough to support changing requirements. <br/><br/>There will be collective focus on Beyond Zero Harm which helps us drive towards improving health, safety and wellbeing and partners will support Scottish Waters Beyond Net Zero ambitions.<br/><br/>This enterprise model procurement will be structured into two Lots: Lot 1 Primary Designer/s, Lot 2 Asset Delivery Partners",
        "value": {
            "amount": 9000000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 1
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 - Primary Designer(s)",
                "description": "Scottish Water is seeking to appoint a strategic partner(s) for the provision of Primary Designer services. This will provide assistance with the Strategic programme development, design and delivery of its Investment Programme and will cover improvement works associated with all Water and Wastewater assets across Scotland. This may include new assets, renewals, modification, maintenance, refurbishments, extensions and enhancements to existing assets. It is a requirement that bidders must be capable to act as the Principal Designer role under the Construction, Design and Management (CDM) 2015 Regulations, this includes pre construction responsibilities. <br/><br/>Estimated contract value across the framework for a 13 year period, expected to commence April 2026 is in the range of PS600 million to PS1.3bn. <br/>The Primary Designer will be engaged to provide strategic support, studies, design and technical services at pre, during and post construction, ensuring successful delivery of infrastructure and non-infrastructure programs. They will enhance and maintain a standard design and product library driving process engineering, Nature Based Solutions (NBS) and low carbon products and processes. The Primary Designer will maximise the use of repeatable designs and processes to deliver projects ensuring successful delivery of infrastructure and non-infrastructure programmes of work.<br/>The appointed primary designer(s) is expected to work with Scottish Water and Enterprise Partners over the duration of this agreement to develop effective collaboration, which may include the negotiation of incentive mechanisms, sharing of risk, co-location with multi-agency teams and secondment.<br/><br/>SW Primary designer will be required to support the Enterprises end to end processes, the Partner(s) that will provide Scottish Water's Primary Designer services will support:<br/><br/>* Support Scottish Water Scottish Water Strategic Ambitions of; Service excellence, Beyond net zero emissions and Great value and financial sustainability.<br/>* The design and development of solutions for delivery by framework delivery partners or tendered contractors.<br/>* Create and develop design specifications, drawings, and technical documentation.<br/>* Collaborate with internal teams to align designs with operational and maintenance requirements.<br/>* Holds end to end accountability for project design.<br/>* Ensure compliance with SW requirements, relevant industry standards and regulations.<br/>* Manage Scottish Water's standard products and design library whilst working with the wider SW supply chain.<br/>* Integration of Primary Designer outcomes with Common Data Environment (CDE) as required ensuring compliance with key areas e.g. file locations, file integrity, format etc<br/>* Drive standardisation in design and design management, low carbon products and processes and innovation across programmes and supply chains.<br/>* The study, investigation, data collection, modelling and identification of water and wastewater service related performance improvement requirements. <br/>* The provision of modelling support to inform the design and development of solutions.<br/>* The auditing and assessment of water and wastewater models developed by others.<br/>* Project management support and resources<br/>* The development and assessment of traditional and innovative asset and operational based solutions, feasibility studies, and investment appraisals to support decision making by the client.<br/>* Technical support<br/>* Provide expert technical advice and design support throughout the project lifecycle, from conception to completion providing buildability/delivery plan input and client design assurance. Develop outline plans and requirements to commission the projects being developed and how standard products will be commissioned - standard commissioning.<br/>* Provide expertise on an 'as needed' basis to ensure knowledge transfer and continuity of design support.<br/>* Provide digital handover packages and configure asset information, ensuring lessons learned are recorded.<br/>* Supply technically qualified professionals to be seconded to the water utility for defined periods to support in-house teams.<br/>* Undertake environmental impact assessments, studies, risk analyses, and technical evaluations as needed.<br/>* Evaluate alternative solutions for system upgrades or new infrastructure, providing recommendations based on cost, feasibility, and performance.<br/>* Support the client through strategic consultancy advice, including digital engineering / assembly techniques opportunities e.g. digital twin, rehearsal.<br/>* Provide expertise to support the understanding of future climate impacts on Scottish Waters assets and environment to ensure that systems and services are resilient to climate change.<br/><br/>The Primary Designer is responsible for design and takes accountability for design across the project lifecycle working with the integrated high performing Enterprise team it is a part of. The Primary Designer assesses the most effective way to deliver outcomes i.e. prioritises no build, less build / alternative solutions, efficient build. The Primary Designer works with the supply chain to identify and develop standardisation and alternative low carbon opportunities and agree Asset Delivery Partner or supply chain led elements of the design. The Primary Designer supports Client with asset planning and asset strategy/policy and standards.",
                "value": {
                    "amount": 1300000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 4680
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The framework will be 7 years initial term with 6 years' worth of extension options (at the sole discretion of Scottish Water) to 2039 and SW will conduct a mid-point review of the agreement in 2030."
                },
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "2",
                "title": "Lot 2 - Asset Delivery Partners",
                "description": "Scottish Water is seeking to appoint Asset Delivery Partners (ADPs) which will be accountable for driving programme/project delivery, liaising with the Enterprise Primary Designer and Integrator functions to perform Design & Build activities, while adhering to standardised designs. The ADP manages day-to-day activities during construction and coordinates the works with Scottish Water Operations until the point of asset handover.<br/><br/>Scottish Water is seeking to appoint suitably experienced Civils, Infrastructure and MEICA (Including Process Engineering capability) Asset Delivery Partners to deliver our SR27 and SR33 programme of capital works under an outcome-based Enterprise model. Works may include new assets and renewals, surveys and inspections, modifications, complex maintenance, refurbishments, extensions, and enhancements to existing assets. More specifically, the programmes of work based on the SR27 forecast include:<br/><br/>Design and construction of complex and non-complex civil engineering, mechanical, electrical, hydraulic, telemetry, control, instrumentation, and commissioning as required. This support will include works associated with new assets, renewals, modification, maintenance, and refurbishment of water and wastewater networks including mains rehabilitation and lining, sewerage networks, pumping stations and process works including mechanical, electrical, instrumentation and commissioning. The programme pipeline in SR27 includes but is not limited to UID and Flooding Network Capital Maintenance, Waste Water Treatments Works (WWTW) Upgrades & Growth, WWTW Capital Maintenance, Water Networks and new and replacement Pipelines, cleaning and maintenance, Water Treatment Works (WTW) upgrades & Capital Maintenance, Treated Water Storage build and repair.<br/><br/>We are looking for bidders who are committed to working in a safe, collaborative, and flexible way, who will support our drive for increased cost, carbon, time and standardisation efficiencies and who hold the appropriate capability and resources to help us deliver our strategic ambitions of Beyond Net Zero, Service Excellence and Great Value and Financial Sustainability. Successful bidders must be able to safely carry out Principal Contractor responsibilities and will be required to evidence their experience and capabilities in design and build activities for large and complex projects as well as operational requirements such as but not limited to; major water bursts, major sewer collapses and leakage support. Bidders must only bid as single entities and not as joint ventures or consortium. <br/><br/>The framework will be awarded from 2026-2033, with extension options, at client discretion based on business requirements, up to 2039. The estimated net value range of this procurement is PS4bn - PS7.7bn. Ranges are based on 2024 pricing and as such, Scottish Water reserves the right to index these values over the duration of the procurement. Successful partners will get an allocated share of this work as part of the advanced partnering approach. <br/><br/>Scottish Water reserves the right to augment the supply chain during SR27 to support emerging SR33 needs. SR33 is the period from 1st April 2033 until 31st March 2039. To facilitate this, a mid-point review of the SR27 supply chain will be conducted in 2030 and the current supply chain capacity and capability will be assessed at this time to ensure business requirements will be met. Based on the outcome of the review, Scottish Water reserves the right to procure additional/alternative supply chain contractor partners, as required.<br/><br/>The scope of the ADP (Lot 2) will be further divided into three sub-lots:<br/>2a) Civils <br/>* indicative works include creation of above or below ground civil structures e.g. storm tanks and treated water storage tanks.<br/>2b) Infrastructure<br/>* indicative works include installation of new pipework, replacement pipework, refurbished pipework or major repairs of water and sewer pipework, and water pipe lining.<br/>2c) Mechanical, Electrical, Instrumentation, Control and Automation (MEICA) - including Process Engineering, Commissioning Engineering and Smart Technology/Internet of Things (IoT).<br/>*Mechanical: This involves the design, installation and maintenance of mechanical systems including pumps, piping and treatment processes.<br/>* Electrical: This includes electrical site cabling, motor control centres (MCCs) and other electrical installations.<br/>* Instrumentation: This covers the devices and systems used to measure and control variables like flow, temperature, pressure and quality<br/>* Control: This includes operational technology, systems and software used to control and automate operational processes.<br/>* Automation: This refers to the integration of various systems to automate processes, improving efficiency and reliability including AI and data analytics.<br/>* Process Engineering: The includes the design, installation, integration and commissioning of process equipment to treat water and wastewater to the required standards for supply to customers or discharge to the environment.<br/>* Commissioning Engineering: Ensures that systems and components are designed, installed, tested, operated, and maintained according to the operational requirements of the client.<br/>* Smart Technology / IoT: Ability to design, install and commission smart technologies and IoT systems, including selecting appropriate technology, sensors, devices, and communication protocols. Ensuring these are integrated into site industrial control systems and connected to top-end communication and corporate data platforms.<br/><br/>These lots will be evaluated separately, and bidders are able to bid on one or multiple sub-lots. Bidders may be awarded more than one sub-lot.",
                "value": {
                    "amount": 7700000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 4680
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The framework will be 7 years initial term with 6 years' worth of extension options (at the sole discretion of Scottish Water) to 2039 and SW will conduct a mid-point review of the agreement in 2030."
                },
                "secondStage": {
                    "minimumCandidates": 12,
                    "maximumCandidates": 12
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "deliveryLocation": {
                    "description": "Pan Scotland"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45240000",
                        "description": "Construction work for water projects"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "deliveryLocation": {
                    "description": "Pan Scotland"
                },
                "relatedLot": "2"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "See procurement documents for further information"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-01-06T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-130632",
            "name": "Scottish Water",
            "identifier": {
                "legalName": "Scottish Water"
            },
            "address": {
                "streetAddress": "The Bridge, 6 Buchanan Gate, Stepps",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G33 6FB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Kristopher Graham",
                "telephone": "+44 1414830892",
                "email": "kristopher.graham@scottishwater.co.uk",
                "url": "https://atamis-scottishwater.my.salesforce-sites.com/ProSpend__CS_PublicLandingPage?SearchType=Projects"
            },
            "roles": [
                "buyer",
                "mediationBody"
            ],
            "details": {
                "url": "https://www.scottishwater.co.uk/",
                "buyerProfile": "https://www.scottishwater.co.uk/",
                "classifications": [
                    {
                        "id": "WATER",
                        "scheme": "TED_CE_ACTIVITY",
                        "description": "Water"
                    }
                ]
            },
            "additionalContactPoints": [
                {
                    "email": "help@scottishwater.co.uk"
                },
                {
                    "email": "help@scottishwater.co.uk"
                }
            ]
        },
        {
            "id": "GB-FTS-2553",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-178381",
            "name": "AECOM Limited",
            "identifier": {
                "legalName": "AECOM Limited",
                "id": "01846493"
            },
            "address": {
                "streetAddress": "1 Tanfield Edinburgh, EH3 5DA",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH15 1NZ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-178382",
            "name": "Stantec UK Ltd",
            "identifier": {
                "legalName": "Stantec UK Ltd",
                "id": "01188070"
            },
            "address": {
                "streetAddress": "Kelburn Court, Birchwood",
                "locality": "Birchwood",
                "region": "UKM",
                "postalCode": "WA3 6UT",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-178383",
            "name": "WGM Engineering",
            "identifier": {
                "legalName": "WGM Engineering",
                "id": "SC099834"
            },
            "address": {
                "streetAddress": "1 Albion Court, 157 Woodville St Glasgow",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G51 2RQ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-178384",
            "name": "Mott MacDonald Bentley Ltd",
            "identifier": {
                "legalName": "Mott MacDonald Bentley Ltd",
                "id": "3827321"
            },
            "address": {
                "streetAddress": "Snaygill Industrial Estate, Keighley Road, Skipton, North Yorkshire",
                "locality": "Skipton",
                "region": "UKM",
                "postalCode": "BD232QR",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-178385",
            "name": "Farrans Limited",
            "identifier": {
                "legalName": "Farrans Limited",
                "id": "NI004078"
            },
            "address": {
                "streetAddress": "101 Kingsway Dunmurry Belfast",
                "locality": "Belfast",
                "region": "UKM",
                "postalCode": "BT17 9NS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.farrans.com",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-178386",
            "name": "Ross-shire Engineering Limited (RSE)",
            "identifier": {
                "legalName": "Ross-shire Engineering Limited (RSE)",
                "id": "SC177939"
            },
            "address": {
                "streetAddress": "Mansefield House, Muir Of Ord Industrial Estate, Muir Of Ord, Ross-Shire, IV6 7UA",
                "locality": "Ross-Shire",
                "region": "UKM",
                "postalCode": "EH48 2UP",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-178387",
            "name": "M Group Water (Network Infrastructure) Ltd",
            "identifier": {
                "legalName": "M Group Water (Network Infrastructure) Ltd",
                "id": "04530602"
            },
            "address": {
                "streetAddress": "Abel Smith House, Gunnels Wood Road Stevenage Herts",
                "locality": "Stevenage",
                "region": "UKM",
                "postalCode": "SG1 2ST",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.mgroupltd.com",
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-130632",
        "name": "Scottish Water"
    },
    "language": "en",
    "awards": [
        {
            "id": "027118-2026-1",
            "relatedLots": [
                "1"
            ],
            "title": "Lot 1 - Primary Designer(s)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-178381",
                    "name": "AECOM Limited"
                }
            ]
        },
        {
            "id": "027118-2026-2",
            "relatedLots": [
                "1"
            ],
            "title": "Lot 1 - Primary Designer(s)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-178382",
                    "name": "Stantec UK Ltd"
                }
            ]
        },
        {
            "id": "027118-2026-3",
            "relatedLots": [
                "2"
            ],
            "title": "Lot 2 - Asset Delivery Partners",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-178383",
                    "name": "WGM Engineering"
                }
            ]
        },
        {
            "id": "027118-2026-4",
            "relatedLots": [
                "2"
            ],
            "title": "Lot 2 - Asset Delivery Partners",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-178384",
                    "name": "Mott MacDonald Bentley Ltd"
                }
            ]
        },
        {
            "id": "027118-2026-5",
            "relatedLots": [
                "2"
            ],
            "title": "Lot 2 - Asset Delivery Partners",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-178385",
                    "name": "Farrans Limited"
                }
            ]
        },
        {
            "id": "027118-2026-6",
            "relatedLots": [
                "2"
            ],
            "title": "Lot 2 - Asset Delivery Partners",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-178386",
                    "name": "Ross-shire Engineering Limited (RSE)"
                }
            ]
        },
        {
            "id": "027118-2026-7",
            "relatedLots": [
                "2"
            ],
            "title": "Lot 2 - Asset Delivery Partners",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-178387",
                    "name": "M Group Water (Network Infrastructure) Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "027118-2026-1",
            "awardID": "027118-2026-1",
            "title": "Lot 1 - Primary Designer(s)",
            "status": "active",
            "value": {
                "amount": 650000000,
                "currency": "GBP"
            },
            "dateSigned": "2026-03-19T00:00:00Z"
        },
        {
            "id": "027118-2026-2",
            "awardID": "027118-2026-2",
            "title": "Lot 1 - Primary Designer(s)",
            "status": "active",
            "value": {
                "amount": 650000000,
                "currency": "GBP"
            },
            "dateSigned": "2026-03-19T00:00:00Z"
        },
        {
            "id": "027118-2026-3",
            "awardID": "027118-2026-3",
            "title": "Lot 2 - Asset Delivery Partners",
            "status": "active",
            "value": {
                "amount": 1540000000,
                "currency": "GBP"
            },
            "dateSigned": "2026-03-19T00:00:00Z"
        },
        {
            "id": "027118-2026-4",
            "awardID": "027118-2026-4",
            "title": "Lot 2 - Asset Delivery Partners",
            "status": "active",
            "value": {
                "amount": 1540000000,
                "currency": "GBP"
            },
            "dateSigned": "2026-03-19T00:00:00Z"
        },
        {
            "id": "027118-2026-5",
            "awardID": "027118-2026-5",
            "title": "Lot 2 - Asset Delivery Partners",
            "status": "active",
            "value": {
                "amount": 1540000000,
                "currency": "GBP"
            },
            "dateSigned": "2026-03-19T00:00:00Z"
        },
        {
            "id": "027118-2026-6",
            "awardID": "027118-2026-6",
            "title": "Lot 2 - Asset Delivery Partners",
            "status": "active",
            "value": {
                "amount": 1540000000,
                "currency": "GBP"
            },
            "dateSigned": "2026-03-19T00:00:00Z"
        },
        {
            "id": "027118-2026-7",
            "awardID": "027118-2026-7",
            "title": "Lot 2 - Asset Delivery Partners",
            "status": "active",
            "value": {
                "amount": 1540000000,
                "currency": "GBP"
            },
            "dateSigned": "2026-03-19T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "11",
                "measure": "bids",
                "relatedLot": "2",
                "value": 9
            },
            {
                "id": "16",
                "measure": "bids",
                "relatedLot": "2",
                "value": 9
            },
            {
                "id": "21",
                "measure": "bids",
                "relatedLot": "2",
                "value": 9
            },
            {
                "id": "26",
                "measure": "bids",
                "relatedLot": "2",
                "value": 9
            },
            {
                "id": "31",
                "measure": "bids",
                "relatedLot": "2",
                "value": 9
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "12",
                "measure": "smeBids",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "17",
                "measure": "smeBids",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "22",
                "measure": "smeBids",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "27",
                "measure": "smeBids",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "32",
                "measure": "smeBids",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "13",
                "measure": "foreignBidsFromEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "18",
                "measure": "foreignBidsFromEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "23",
                "measure": "foreignBidsFromEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "28",
                "measure": "foreignBidsFromEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "33",
                "measure": "foreignBidsFromEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "14",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "19",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "24",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "29",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "34",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "15",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 9
            },
            {
                "id": "20",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 9
            },
            {
                "id": "25",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 9
            },
            {
                "id": "30",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 9
            },
            {
                "id": "35",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 9
            }
        ]
    }
}