Award

SCOTS Roads Asset Management (Phase 3)

GLASGOW CITY COUNCIL

This public procurement record has 2 releases in its history.

Award

04 Jan 2018 at 00:00

Tender

09 Dec 2016 at 00:00

Summary of the contracting process

Glasgow City Council is conducting the SCOTS Roads Asset Management (Phase 3) procurement process, focused on enhancing the Roads Asset Management Framework. This project falls under the services category and is based in Glasgow, UK. The tender has reached the award stage, with a total value of £780,000. The procurement method is open, allowing a wide range of bidders, and the tender submission deadline was set for 23 January 2017.

This tender presents a substantial opportunity for businesses specialising in professional services related to road management and asset optimisation. Companies with experience in developing infrastructure frameworks, conducting training workshops for multiple authorities, and executing development projects will find this procurement particularly relevant. The open procedure provides a chance for both established firms and emerging companies in the consultancy and environmental services sectors to compete for this contract and potentially expand their portfolios.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

SCOTS Roads Asset Management (Phase 3)

Notice Description

The purpose of this commission is to provide the Executive Director of Land and Environmental Services, Glasgow City Council, acting on behalf of SCOTS, with Professional Services in connection with: The development and expansion of the SCOTS Roads Asset Management Framework, including the provision of an integrated methodology for improvement; delivery of training workshops to all 32 authorities in connection with the above; and facilitation of development and improvement projects.

Lot Information

Lot 1

The purpose of this commission is to provide the Executive Director of Land and Environmental Services, Glasgow City Council, acting on behalf of SCOTS, with Professional Services in connection with: The development and expansion of the SCOTS Roads Asset Management Framework, including the provision of an integrated methodology for improvement; delivery of training workshops to all 32 authorities in connection with the above; and facilitation of development and improvement projects. Development and expansion of the SCOTS Roads Asset Management Framework, including the provision of an integrated Methodology for Improvement; delivery of training workshops to all 32 authorities in connection with the above; and facilitation of development and improvement projects. In connection therewith a Brief has been prepared of requirements (hereinafter called "the Brief") which is set out in Appendix A to the Memorandum of Agreement, and requires the successful Consultant to undertake and perform the duties therein mentioned under the terms and conditions of the Memorandum of Agreement (MoA).. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Renewal: This contract is inclusive of potential two 12 month extensions. Any extensions may be made after agreement in writing with the council.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000457954
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN305648
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71311300 - Infrastructure works consultancy services

Notice Value(s)

Tender Value
£780,000 £500K-£1M
Lots Value
£780,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Jan 20188 years ago
Submission Deadline
23 Jan 2017Expired
Future Notice Date
Not specified
Award Date
7 Jul 20178 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Fiona McInnes
Contact Email
david.dougan@glasgow.gov.uk, fiona.mcinnes@glasgow.gov.uk
Contact Phone
+44 1412876424, +44 1412876442

Buyer Location

Locality
GLASGOW
Postcode
G2 1DU
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
TLM34 North Lanarkshire, TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North East

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC266512
    SCOTS Roads Asset Management (Phase 3) - The purpose of this commission is to provide the Executive Director of Land and Environmental Services, Glasgow City Council, acting on behalf of SCOTS, with Professional Services in connection with: The development and expansion of the SCOTS Roads Asset Management Framework, including the provision of an integrated methodology for improvement; delivery of training workshops to all 32 authorities in connection with the above; and facilitation of development and improvement projects.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN305648
    SCOTS Roads Asset Management (Phase 3) - The purpose of this commission is to provide the Executive Director of Land and Environmental Services, Glasgow City Council, acting on behalf of SCOTS, with Professional Services in connection with: The development and expansion of the SCOTS Roads Asset Management Framework, including the provision of an integrated methodology for improvement; delivery of training workshops to all 32 authorities in connection with the above; and facilitation of development and improvement projects.

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-r6ebe6-0000457954-2018-01-04T00:00:00Z",
    "date": "2018-01-04T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000457954",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-63",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM34",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Fiona McInnes",
                "email": "fiona.mcinnes@glasgow.gov.uk",
                "telephone": "+44 1412876442",
                "faxNumber": "+44 1412879399",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-6",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "email": "david.dougan@glasgow.gov.uk",
                "telephone": "+44 1412876424",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.glasgow.gov.uk"
            }
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-6"
    },
    "tender": {
        "id": "GCC004080CPU",
        "title": "SCOTS Roads Asset Management (Phase 3)",
        "description": "The purpose of this commission is to provide the Executive Director of Land and Environmental Services, Glasgow City Council, acting on behalf of SCOTS, with Professional Services in connection with: The development and expansion of the SCOTS Roads Asset Management Framework, including the provision of an integrated methodology for improvement; delivery of training workshops to all 32 authorities in connection with the above; and facilitation of development and improvement projects.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "deliveryLocation": {
                    "description": "UK, Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM34"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 780000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-01-23T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2017-01-23T12:00:00Z"
        },
        "documents": [
            {
                "id": "DEC266512",
                "documentType": "contractNotice",
                "title": "SCOTS Roads Asset Management (Phase 3)",
                "description": "The purpose of this commission is to provide the Executive Director of Land and Environmental Services, Glasgow City Council, acting on behalf of SCOTS, with Professional Services in connection with: The development and expansion of the SCOTS Roads Asset Management Framework, including the provision of an integrated methodology for improvement; delivery of training workshops to all 32 authorities in connection with the above; and facilitation of development and improvement projects.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC266512",
                "format": "text/html"
            },
            {
                "id": "JAN305648",
                "documentType": "awardNotice",
                "title": "SCOTS Roads Asset Management (Phase 3)",
                "description": "The purpose of this commission is to provide the Executive Director of Land and Environmental Services, Glasgow City Council, acting on behalf of SCOTS, with Professional Services in connection with: The development and expansion of the SCOTS Roads Asset Management Framework, including the provision of an integrated methodology for improvement; delivery of training workshops to all 32 authorities in connection with the above; and facilitation of development and improvement projects.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN305648",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The purpose of this commission is to provide the Executive Director of Land and Environmental Services, Glasgow City Council, acting on behalf of SCOTS, with Professional Services in connection with: The development and expansion of the SCOTS Roads Asset Management Framework, including the provision of an integrated methodology for improvement; delivery of training workshops to all 32 authorities in connection with the above; and facilitation of development and improvement projects. Development and expansion of the SCOTS Roads Asset Management Framework, including the provision of an integrated Methodology for Improvement; delivery of training workshops to all 32 authorities in connection with the above; and facilitation of development and improvement projects. In connection therewith a Brief has been prepared of requirements (hereinafter called \"the Brief\") which is set out in Appendix A to the Memorandum of Agreement, and requires the successful Consultant to undertake and perform the duties therein mentioned under the terms and conditions of the Memorandum of Agreement (MoA).. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "value": {
                    "amount": 780000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This contract is inclusive of potential two 12 month extensions. Any extensions may be made after agreement in writing with the council."
                }
            }
        ],
        "bidOpening": {
            "date": "2017-01-23T12:00:00Z",
            "address": {
                "streetAddress": "UK, Glasgow"
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "As per section 4.14 Key Performance Indicators of the ITT"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "N/A"
                },
                {
                    "type": "economic",
                    "description": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- There is a minimum financial requirement that affects trading performance and Liquidity. Trading Performance Ratio An overall positive outcome on pre tax profit to Turnover over a 3 year period Liquidity Ratios Current Ratio Current Assets/Current Liabilities Leverage Ratio Long-term Debt/Net Worth Applicants must achieve a score of 5 and above from a combination of above two liquidity ratios Scoring Method Current Ratio Range Score 0.00 to 0.80 0 0.81 to 0.90 1 0.91 to 1.00 2 1.01 to 1.10 3 1.11 to 1.20 4 1.21 and above 5 Leverage Ratio 0.01 to 19.99 5 20.00 to 39.99 4 40.00 to 59.99 3 60.00 to 79.99 2 80.00 to 100.00 1 Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract the types and levels of insurance indicated below. Employer's Liability: TEN MILLION (10,000,000)GBP Public Liability FIVE MILLION (5,000,000)GBP Professional Indemnity FIVE MILLION (5,000,000)GBP"
                },
                {
                    "type": "technical",
                    "description": "Bidders will be required to provide 3 examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice and as detailed in the ITT."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "71311300",
            "scheme": "CPV"
        },
        "reviewDetails": "Precise information on deadline(s) for review procedures: Glasgow City Council (\"the Council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"the Regulations\"). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Re ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates or comply with the questions noted in ESPD 4D attached at https://www.glasgow.gov.uk/index.aspxarticleid=19621 (Additional Information area) Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI Certificate contained in the buyers attachments area within the PCS Tender portal (NB the council does not bind itself to withhold this information). Tenderers Amendments - The tenderer must enter any clause, condition, amendment to specification or any other qualification he may wish to make conditional to this offer. Buyers will be required to complete the tenderers amendment certificate contained in the buyers attachment area within PCS Tender portal. Prompt Payment - The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. Buyers will be required to complete the prompt payment certificate contained in the buyers attachment area within PCS Tender portal. Bidders will be required to complete the Non-Collusion certificate contained in the buyers attachments area within the PCS Tender portal. Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Terms and Conditions are located within Section 3 of the ITT document. Request for Documentation: Once the Evaluation of Price and Quality has been completed, the recommended Bidder will be expected to provide all documentation as specified in the ESPD. When the Request for Documentation is made, Bidders must supply the relevant information within 5 working days. Failure to provide this information within the specified time may result in your bid being rejected and the Council proceeding with the procurement exercise to the next appropriate bidder. (SC Ref:524756)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000457954"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000457954"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "GCC004080CPU",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "GCC004080CPU",
            "awardID": "GCC004080CPU",
            "status": "active",
            "dateSigned": "2017-07-07T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2016/S 241-439330"
        }
    ]
}