Construction Contract Leads
No location provided
Category Goods
Type
No. of Lots 2
Status Active
Published 21st Nov 2025
| Reference | ocds-h6vhtk-05e5f1 |
| Common Procurement Vocabulary | Access covers |
| Procurement Method | Negotiated procedure with prior call for competition |
| Value | £3,200,000 |
No location provided
Category Goods
Type
No. of Lots 2
Status Active
Published 21st Nov 2025
| Reference | ocds-h6vhtk-05e5f1 |
| Common Procurement Vocabulary | Access covers |
| Procurement Method | Negotiated procedure with prior call for competition |
| Value | £3,200,000 |
Section I: Contracting entity
I.1) Name and addresses
Scottish Water
The Bridge, 6 Buchanan Gate, Stepps
Glasgow
G33 6FB
Contact
Euan Doig
euan.doig [at] scottishwater.co.uk
Telephone
+44 7721859756
Country
United Kingdom
Region code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The Supply of Access Covers (Non-Security)
Reference number
SW25/CDC/1534
II.1.2) Main CPV code
- 44423760 - Access covers
II.1.3) Type of contract
Supplies
II.1.4) Short description
This framework is for the supply of Access Covers for person and equipment access to Pumping Stations, Storage Tanks, CSO’s and similar chambers. The scope of supply is for design support, site survey (if required), manufacture and delivery of access covers and associated Health and Safety features. The Framework is split into 2 lots. Lot 1 – On road. Lot 2 – Off Road
Access covers should be to BS EN 124 (or agreed equivalent) and shall comply with the following classifications:
• B125 for footways, pedestrian areas and comparable areas. (OFF ROAD)
• C250 for car parks or similar (ON ROAD)
• D400 for carriageways (ductile iron only). (ON ROAD)
• E600/F900 Where required for abnormally BS EN 124 high loadings (ductile iron only) (ON ROAD)
A full range of cover sizes is required. Width 675, 750, 900mm and lengths 675, 750, 900, 1200mm. For larger covers segmental multi cover assemblies must be available. Other sizes may be requested.
Initial framework period is 4 years with the option to extend for 4 x 12 months
II.1.5) Estimated total value
Value excluding VAT: £3,200,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
Lot 1 - On Road
Lot No
1
II.2.2) Additional CPV code(s)
- 44423760 - Access covers
II.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland
II.2.4) Description of the procurement
This framework is for the supply of Access Covers for person and equipment access to Pumping Stations, Storage Tanks, CSO’s and similar chambers. The scope of supply is for design support, site survey (if required), manufacture and delivery of access covers and associated Health and Safety features. This lot is for On-Road Covers.
Access covers should be to BS EN 124 (or agreed equivalent) and shall comply with the following classifications:
• C250 for car parks or similar.
• D400 for carriageways (ductile iron only).
• E600/F900 Where required for abnormally BS EN 124 high loadings (ductile iron only).
A full range of cover sizes is required. Width 675, 750, 900mm and lengths 675, 750, 900, 1200mm. For larger covers segmental multi cover assemblies must be available. Other sizes may be requested.
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: £1,600,000
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 Framework Agreement duration will be for 48 months. Thereafter, SW reserves the right to extend the Framework Agreement at the sole discretion for a further 4 years worth of extension options subject to satisfactory performance, value for money and continued requirements.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: 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
II.2) Description
II.2.1) Title
Lot 2 - Off-Road
Lot No
2
II.2.2) Additional CPV code(s)
- 44423760 - Access covers
II.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland
II.2.4) Description of the procurement
This framework is for the supply of Access Covers for person and equipment access to Pumping Stations, Storage Tanks, CSO’s and similar chambers. The scope of supply is for design support, site survey (if required), manufacture and delivery of access covers and associated Health and Safety features. This lot is for Off-Road Covers.
Access covers should be to BS EN 124 (or agreed equivalent) and shall comply with the following classifications:
• B125 for footways, pedestrian areas and comparable areas. (OFF ROAD)
A full range of cover sizes is required. Width 675, 750, 900mm and lengths 675, 750, 900, 1200mm. For larger covers segmental multi cover assemblies must be available. Other sizes may be requested.
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: £1,600,000
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 Framework Agreement duration will be for 48 months. Thereafter SW reserves the right to extend the Framework Agreement at the sole discretion for a further four (4) years worth of extension options subject to satisfactory performance, value for money and continued requirements.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: 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
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
See Procurement Docs for further detail
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
See Procurement Documents for further information
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated procedure with prior call for competition
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 several operators
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
22 December 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
To access this opportunity, please register using the following link:
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
VI.4.2) Body responsible for mediation procedures
Scottish Water
The Bridge, 6 Buchanan Gate, Stepps
Glasgow
G33 6FB
help [at] scottishwater.co.uk
Country
United Kingdom
