SW Horizons Third Party Waste Water Transport Service
Text to be corrected in the original notice:
Instead of: 09 August 2022
Time: 12:00
Read New: 31 August 2022
Time: 12:00
Other additional information: Scottish Water will not accept the SPD. 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 FTS Notice will be evaluated and only successful applicants following PQQ evaluation will be invited to submit a tender. Applicants who fail to supply all of the information requested in response to this Notice or any resulting tender exercise may risk elimination
Scottish Water Horizons Limited is seeking to appoint a framework supplier(s) to provide a cost effective, reliable and commercial solution for Bulk Transport of liquid waste and sludge from sites across Scotland, while meeting applicable legal requirements for Scottish Water Horizons customers
Text to be corrected in the original notice:
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Instead of: 28 September 2022
Time: 17:00
Read New: 05 October 2022
Time: 16:00
Other additional information: Scottish Water will not accept the SPD. 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 FTS Notice will be evaluated and only successful applicants following PQQ evaluation will be invited to submit a tender. Applicants who fail to supply all of the information requested in response to this Notice or any resulting tender exercise may risk elimination.
This framework is for the Provision of Barrier Pipe and Fittings for use in contaminated land application to Scottish Water.
Barrier pipe and fittings must comply with BS 8588 for clean water application.
Products supplied must comply with the requirements of section 27 of the Water Supply (Water Quality) (Scotland) Regulations 2001.
The supplier will be required to have the ability to deliver to all areas of Scotland and to Scottish Water's appointed distribution partner.
The framework agreement will cover both operation and capital requirements.
Text to be corrected in the original notice:
Place of text to be modified: PQQ Closing date extended from 03/10/2022 to 10/10/2022. Please see original notice for access codes.
Instead of: 03 October 2022
Time: 14:00
Read New: 10 October 2022
Time: 14:00
Other additional information: Scottish Water will not accept the SPD. 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 FTS Notice will be evaluated and only successful applicants following PQQ evaluation will be invited to submit a tender. Applicants who fail to supply all of the information requested in response to this Notice or any resulting tender exercise may risk elimination.
The new framework will run for 8 years. The framework will be single source per lot. The successful supplier will supply and deliver electric actuators and provide spare parts. Maintenance will be carried out by SW E&M teams and framework E&M contractors. The supplier must also be able to meet Scottish Water standards and specifications and for this framework particular requirements of WIMES 3.08 Electric Valve Actuators.
The new contract seeks to meet a number of requirements in its provision of a cloud-based fleet management system. These include:
• Data Migration (if required)
• Fleet asset inventory - LCV, HGVs, plant items and auxiliary equipment.
• Driver details
• Supplier management.
• Operator Licencing information including details of operating centres.
• Maintenance records.
• Accident management.
• Document management.
• Hold scheduled maintenance requirements based on asset categories.
• Report on scheduled maintenance compliance
• Ability to produce a Forward Maintenance Planner, rolling 12 months.
• Appointment scheduling.
• Must be able to mark vehicles as off road and run reports to highlight vehicles that are off road.
• Customised billing reports and closed off accounting periods. Allocation of purchase orders.
• Report on asset file compliance.
• Supplier must have earned recognition status.
• Host fines and fixed penalty notice information
Furthermore, the new contract will seek to meet the following functionality requirements:
• Must be able to run custom reports for FMP / Vehicle Records, Transactions, Recharges,
• Ability to develop/consume web service APIs with other software systems i.e. Telematics
• Manual upload tools - (flexibility for users to import records through common templates etc. - without the requirements to involve suppliers, want as much automated as possible to reduce input where possible).
• Upload tools to make multiple changes over a number of assets at the same time
• Hosting SW org structure i.e. different departments and aggregates of departments i.e. business areas; directorates
• Users structure - drivers and managers (linked to departments) where assets would be stored against
• Access restrictions based on departments or aggregates of departments
• Access restrictions based on asset types.
• Ability to develop/consume web service APIs with other software systems i.e. telematics, DVSA & VVR, Smartsheet, DTM.
Bidders must have DVSA Recognition status or be working toward this within timeline acceptable to SW.
Please refer to Service Scope in the bidding documents, via the link, for full details.