Notice Information
Notice Title
Water and Waste Water Billing Services
Notice Description
Framework for Water and Waste Water Billing Services for the Scottish Public Sector and Third Sector organisations. The duration of the framework agreement will be for three years with the option to extend for a further twelve month period.
Lot Information
Lot 1
The framework agreement is for Water and Waste Water Billing Services
Renewal: A one year contract extension option
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000726336
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR500211
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
65 - Public utilities
-
- CPV Codes
48444100 - Billing system
65100000 - Water distribution and related services
Notice Value(s)
- Tender Value
- £280,000,000 £100M-£1B
- Lots Value
- £280,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £320,000,000 £100M-£1B
Notice Dates
- Publication Date
- 6 Mar 20241 years ago
- Submission Deadline
- 27 Oct 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 7 Feb 20242 years ago
- Contract Period
- 1 Apr 2024 - 31 Mar 2027 2-3 years
- Recurrence
- March 2027
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH GOVERNMENT
- Contact Name
- Not specified
- Contact Email
- spoeprocurement@scotland.gsi.gov.uk
- Contact Phone
- +44 1412425466
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 8LU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM Scotland
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP489119
Water and Waste Water Billing Services - The Scottish Ministers through the Scottish Procurement and Property Directorate (SPPD) are seeking to establish a single operator framework for Water and Waste Water Billing Services for the Scottish Public Sector and Third Sector organisations. The duration of the framework agreement will be for three years with the option to extend for a further twelve month period. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR500211
Water and Waste Water Billing Services - Framework for Water and Waste Water Billing Services for the Scottish Public Sector and Third Sector organisations. The duration of the framework agreement will be for three years with the option to extend for a further twelve month period.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000726336-2024-03-06T00:00:00Z",
"date": "2024-03-06T00:00:00Z",
"ocid": "ocds-r6ebe6-0000726336",
"initiationType": "tender",
"parties": [
{
"id": "org-3",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "5 Atlantic Quay, 150 Broomielaw",
"locality": "Glasgow",
"postalCode": "G2 8LU"
},
"contactPoint": {
"email": "SPOEprocurement@scotland.gsi.gov.uk",
"telephone": "+44 1412425466",
"url": "http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries"
},
"roles": [
"mediationBody",
"reviewContactPoint",
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
"scheme": "TED_CA_TYPE"
}
]
}
},
{
"id": "org-31",
"name": "Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1HB"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-53",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "5 Atlantic Quay, 150 Broomielaw",
"locality": "Glasgow",
"postalCode": "G2 8LU"
},
"contactPoint": {
"email": "SPOEprocurement@scotland.gsi.gov.uk",
"telephone": "+44 1412425466",
"url": "http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries"
},
"roles": [
"mediationBody",
"reviewContactPoint",
"buyer"
],
"details": {
"classifications": [
{
"id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
},
{
"id": "Regional or local agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "07",
"description": "Health",
"scheme": "COFOG"
}
]
}
},
{
"id": "org-500",
"name": "Scottish Water Business Stream",
"identifier": {
"legalName": "Scottish Water Business Stream"
},
"address": {
"streetAddress": "7 Lochside View",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH12 9DH"
},
"contactPoint": {
"telephone": "+44 0000000000"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-501",
"name": "Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1HB"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Scottish Government",
"id": "org-53"
},
"tender": {
"id": "SP-23-07",
"title": "Water and Waste Water Billing Services",
"description": "Framework for Water and Waste Water Billing Services for the Scottish Public Sector and Third Sector organisations. The duration of the framework agreement will be for three years with the option to extend for a further twelve month period.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "65100000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Scotland"
},
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 280000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2023-10-27T11:00:00Z"
},
"awardPeriod": {
"startDate": "2023-10-27T11:00:00Z"
},
"documents": [
{
"id": "SEP489119",
"documentType": "contractNotice",
"title": "Water and Waste Water Billing Services",
"description": "The Scottish Ministers through the Scottish Procurement and Property Directorate (SPPD) are seeking to establish a single operator framework for Water and Waste Water Billing Services for the Scottish Public Sector and Third Sector organisations. The duration of the framework agreement will be for three years with the option to extend for a further twelve month period.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP489119",
"format": "text/html"
},
{
"id": "MAR500211",
"documentType": "awardNotice",
"title": "Water and Waste Water Billing Services",
"description": "Framework for Water and Waste Water Billing Services for the Scottish Public Sector and Third Sector organisations. The duration of the framework agreement will be for three years with the option to extend for a further twelve month period.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR500211",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The framework agreement is for Water and Waste Water Billing Services",
"status": "complete",
"value": {
"amount": 280000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"description": "50"
},
{
"type": "price",
"description": "50"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2024-04-01T00:00:00Z",
"endDate": "2027-03-31T00:00:00Z"
},
"hasRenewal": true,
"renewal": {
"description": "A one year contract extension option"
}
}
],
"bidOpening": {
"date": "2023-10-27T11:00:00Z",
"address": {
"streetAddress": "PCS-T"
}
},
"contractTerms": {
"hasElectronicPayment": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "For SPD Statement 4C.6: Bidders will be required to hold a water and sewerage services licence granted under the Water Services etc. (Scotland) Act 2005. Responses to Question 4.C.6 will be evaluated as a \"Pass\" or \"Fail\". Tenderers who do not hold an licence will not achieve a \"Pass\" for this question and will not be considered further."
},
{
"type": "economic",
"description": "SPD 2D.1 & 2D.1.1 Please list the details of any proposed subcontractors you intend to use. SPD 2D.1.2 Please provide a separate SPD response for each subcontractor. For SPD Statement 4B.1.1: Tenderers will be required to have a minimum \"general\" yearly turnover of 70,000,000 GBP. The figure is considered to be below 1 x the annual contract value of the framework. The reason for this requirement is that the contractor will be required to pay the water wholesaler for wholesale water in advance of consumption. SPD Statements 4B.5.1a & 4B.5.1b and 4B.5.2: It is a requirement that tenderers hold or can commit to obtain prior to the commencement of any subsequently awarded contract the types of insurance indicated below: SPD Statement 4B.5.1a: Professional Risk Indemnity Insurance in the sum of not less than 5,000,000 GBP for any 1 incident and unlimited in total SPD Statement 4B.5.1b: Employers Liability Insurance 5,000,000 GBP (in accordance with any legal obligation for the time being in force) SPD Statement 4B.5.2: Public Liability Insurance in the sum of not less than 10,000,000 GBP for any 1 incident and unlimited in total Bidders who do not currently have or cannot commit to obtaining the levels of Insurance requested may be excluded from the procurement process. In event of award of a Framework, Scottish Government will seek proof that these Insurance provisions have been fully complied with."
},
{
"type": "technical",
"description": "Minimum level(s) of standards required: SPD statement 4.C.4 - Bidders should confirm they have (or have access to) relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that the systems in place allow to pay subcontractors through the supply chain promptly and effectively. Bidders must also provide: a. evidence of your standard payment terms b. evidence at least 95% payment on time of valid invoices, OR c. can provide an improvement plan to drive timely progress towards 95% payment on time of valid invoices. Responses to Q4.C.4 will be evaluated as a \"Pass\" or \"Fail\". Tenderers who do not achieve a \"Pass\" for this question will not be considered further. SPD Statement 4C.7: Bidders will be required to demonstrate knowledge of the climate emergency and the impact of their organisation, including their organisation's own scope 1 and 2 emissions. Accepted evidence to include but is not limited to: A completed copy of the Bidder 'priority contract' Climate Change Plan Template, including the bidder's calculated scope 1 and 2 carbon emissions and their planned projects and actions to reduce their carbon emissions. SPD Statement 4D.1: Bidders will be required, by the framework commencement date, to demonstrate that they have controls in place to mitigate against cyber-attacks and ensure continuity of service; this may be demonstrated by accreditation to applicable standards such as ISO 27001, ISO 22301, ISO/IEC 20000, Cyber Essentials or their equivalents. Bidders will also be required, by the framework commencement date, to have an effective Quality Management System in place; this may be demonstrated by accreditation to an applicable standard such as ISO 9001, or equivalent, or by submitting a copy of their own Quality Management System. SPD Statement 4D.2: 1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR 2. The bidder must have the following: a. A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. b. Documented arrangements for ensuring that environmental management procedures are effective in reducing/preventing significant impacts on the environment. c. Arrangements for providing employees with training/information on environmental issues to ensure that workforce has sufficient skills/understanding to carry out their various duties. d. Documented arrangements for checking/reviewing and improving, the bidder's environmental management performance and the environmental impact. e. Documented arrangements checking, reviewing/improving the organisations environmental management performance and the environmental impact on an on-going basis"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2024-04-29T00:00:00Z"
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
}
},
"classification": {
"id": "48444100",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "March 2027"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2023/S 000-028385"
}
],
"description": "The Framework Agreement will be available for use by the Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross- border public authorities within the meaning of section 88(5) of the Scotland Act 1998, the Scotland Office, the Scottish Parliamentary Corporate Body, councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994, Scottish Fire & Rescue Service, the Scottish Police Authority, Scottish health boards or special health boards, all NHS Scotland, The Integrated Joint Boards established further to the Public Bodies (Joint Working) Act 2014, bodies registered as social landlords under the Housing (Scotland) Act 2001, Student Loans Company Limited, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Equality and Human Rights Commission, Business Stream Ltd, the Business Gateway National Unit at the Convention of Scottish Local Authorities, further or higher education institutions being fundable bodies within the meaning of section 6 of the further and Higher Education (Scotland) Act 2005, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing. In addition to the contracting authorities listed, the framework agreement will be available to charities entered on the Scottish Charity Register, voluntary organisations entered on the Membership Database of the Scottish Council for Voluntary Organisations and departments of UK Government facilities operating in Scotland. Information about Scottish Public Bodies is available at: http://www.scotland.gov.uk/Topics/Government/public-bodies/about Information about the Review of Public Procurement in Scotland and links to the other Centres of Expertise are available at: http://www.scotland.gov.uk/Topics/Government/Procurement For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Social considerations will be taken into account in this procurement. See procurement documents. The successful Contractor is expected to work with the Authority to achieve, through the Contractor's performance of the Framework Agreement and its call-off contracts, sustainable procurement goals deriving from the Procurement Reform (Scotland) Act 2014 (the Act), the Scottish Government's Procurement Strategy and, as relevant, the Procurement Strategies of other Public Bodies using the Framework. In terms of the Act, Community Benefits include benefits in the form of: training and recruitment opportunities; the availability of sub-contracting opportunities and other benefits that improve the economic, social or environmental wellbeing within a public body's area whilst a contract is being performed. A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ (SC Ref:757486)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000726336"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000726336"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "SP-23-07",
"suppliers": [
{
"id": "org-500",
"name": "Scottish Water Business Stream"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "SP-23-07",
"awardID": "SP-23-07",
"status": "active",
"value": {
"amount": 320000000,
"currency": "GBP"
},
"dateSigned": "2024-02-07T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1329",
"measure": "bids",
"value": 1,
"relatedLot": "1"
},
{
"id": "1330",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "1331",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1332",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1333",
"measure": "electronicBids",
"value": 1,
"relatedLot": "1"
}
]
}
}