Award

Utility Management Software

GLASGOW CITY COUNCIL

This public procurement record has 2 releases in its history.

Award

10 Jul 2023 at 00:00

Tender

17 Feb 2023 at 00:00

Summary of the contracting process

The Glasgow City Council has awarded a contract titled "Utility Management Software" to Inspired Energy solutions. The procurement stage was completed on 10th July 2023. The contract is in the services category and involves the supply of energy management services across multiple sites in Glasgow. The value of the contract is £185,000. The procurement process was open, and the buyer organisation's details can be found at the Council's website.

This tender for "Utility Management Software" by Glasgow City Council presents a business opportunity for companies well-versed in energy management and utility services. The Council aims to enhance energy efficiency and cost-effectiveness across its facilities. Businesses with experience in monitoring and targeting systems, bill validation, and multi-utility management are ideal candidates to compete for this contract. The open procurement method allows a diverse range of suppliers to participate and contribute innovative solutions for efficient utility management.

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

Utility Management Software

Notice Description

Supply of an energy management bureau service including a monitoring and targeting (M&T) system and bill validation for multi-utilities at multiple sites across the Council.

Lot Information

Lot 1

Supply of an energy management bureau service including a monitoring and targeting (M&T) system and bill validation for multi-utilities at multiple sites across the Council.

Renewal: up to 24 months

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000721869
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL483365
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
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71314200 - Energy-management services

Notice Value(s)

Tender Value
£350,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£185,000 £100K-£500K

Notice Dates

Publication Date
10 Jul 20232 years ago
Submission Deadline
21 Mar 2023Expired
Future Notice Date
Not specified
Award Date
13 Jun 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
January/February 2028

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
Jim Rankin
Contact Email
claire.connell@glasgow.gov.uk, jim.rankin@glasgow.gov.uk
Contact Phone
+44 1412872000, +44 1412874181

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
TLM82 Glasgow City

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

Supplier Information

Number of Suppliers
1
Supplier Name

INSPIRED ENERGY SOLUTIONS

Further Information

Notice Documents

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-r6ebe6-0000721869-2023-07-10T00:00:00Z",
    "date": "2023-07-10T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000721869",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-19",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, 40 John St, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Jim Rankin",
                "email": "jim.rankin@glasgow.gov.uk",
                "telephone": "+44 1412874181",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "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-20",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "url": "http://www.scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-354",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "40 John St, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "email": "claire.connell@glasgow.gov.uk",
                "telephone": "+44 1412872000",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "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-355",
            "name": "Inspired Energy solutions",
            "identifier": {
                "legalName": "Inspired Energy solutions"
            },
            "address": {
                "streetAddress": "29 Progress Business Park, Orders Lane",
                "locality": "Kirkham Preston",
                "region": "UK",
                "postalCode": "PR4 2TZ"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-18",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Clerk's Office, PO Box 23, 1 Carlton Place,",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "telephone": "+44 1414298888",
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-354"
    },
    "tender": {
        "id": "GCC005508CPU",
        "title": "Utility Management Software",
        "description": "Supply of an energy management bureau service including a monitoring and targeting (M&T) system and bill validation for multi-utilities at multiple sites across the Council.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71314200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 350000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2023-03-21T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2023-03-21T12:00:00Z"
        },
        "documents": [
            {
                "id": "FEB471540",
                "documentType": "contractNotice",
                "title": "Utility Management Software",
                "description": "Supply of an energy management bureau service including a monitoring and targeting (M&T) system and bill validation for multi-utilities at multiple sites across the Council.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB471540",
                "format": "text/html"
            },
            {
                "id": "JUL483365",
                "documentType": "awardNotice",
                "title": "Utility Management Software",
                "description": "Supply of an energy management bureau service including a monitoring and targeting (M&T) system and bill validation for multi-utilities at multiple sites across the Council.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL483365",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Supply of an energy management bureau service including a monitoring and targeting (M&T) system and bill validation for multi-utilities at multiple sites across the Council.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Account Management",
                            "description": "4%"
                        },
                        {
                            "type": "price",
                            "description": "35"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "up to 24 months"
                }
            }
        ],
        "bidOpening": {
            "date": "2023-03-21T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "KPI's can be located within the Invitation to Tender document."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "In order to pass the Financial Check section of the contract, it is mandatory for companies to attain the undernoted:- 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, balance sheet strength and current liquidity Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts accounts with Companies House Trading Performance An overall positive outcome on EBITDA earnings over a 3 year period Exceptional items can be excluded from the calculation. The above would be expressed in the ratio EBITDA/Turnover Balance Sheet strength Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process. Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities If an applicant is only required to file abbreviated accounts with Companies House, then in the event of the company being successful in the procurement process, full set of accounts will be required in order to verify the above ratios have been complied with. An applicant should have no outstanding issues, with regard to statutory filing requirements with Companies House. 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. Due to the potential negative financial consequences of the pandemic on company finances, Glasgow City Council also requires assurance regarding current liquidity of the bidding company. The bidder must provide a Letter of Comfort from its own bank to satisfy the above financial requirement. The internal procedures of each bank is different, therefore it is difficult for Glasgow City Council to be definitive, as to the precise wording of the Letter of Comfort, but the undernoted wording should provide an example of the broad requirements of the Letter:- I can confirm that the above company holds an account with this bank, and has been a customer of the bank since (Date) The account has always been maintained in a satisfactory manner, and the customer has always complied with our operational requirements The customer currently has credit balances of (Amount), and as such has sufficient liquidity to undertake the contract with Glasgow City Council, at the value and duration we believe the contract to be at. Finally, I am obliged to state that the Bank is not a Credit Reference Agency, and the response above, cannot be relied upon as such' If the pandemic has had an adverse affect on the latest set of accounts filed with Companies House, Glasgow City Council will take that into account in determining financial suitability for the contract. The above, however, should not impinge on the financial viability of the company, as defined by the ratios set out in the above financial requirements. Glasgow City Council reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing.",
                    "minimum": "Glasgow City Council's Insurance Requirements are: The organisation/consultant shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION (10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. The organisation/consultant shall take out and maintain throughout the period of their services Public Liability insurance to the value of at least FIVE MILLION (5,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Glasgow City Council also requires that the successful bidder will retain a sufficient level of Professional Indemnity Insurance required to cover any services to be performed within the scope of the contract. The standard requirement for Glasgow City Council is: The organisation/consultant shall take out and maintain throughout the period of their services and for a further 6 years on completion of their service, Professional Indemnity insurance to the value of a minimum ONE MILLION (1,000,000) POUNDS STERLING in respect of any one claim and in the aggregate. The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case. Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to this ITT that the specified insurance will be obtained."
                },
                {
                    "type": "technical",
                    "description": "Bidders are required to provide evidence of having the necessary capacity and capability to deliver the requirements of the contract. Bidders shall demonstrate their experience in delivering the relevant services similar to the project requirements as detailed within the tender documentation by using examples from their own experience. As part of your response please provide as a minimum, the following information: - name of the client, contract value, project duration - a description of the scope, size and complexity of the contract - a brief project description including mobilisation and service provision - details of where you have been able to demonstrate added value through the adoption of innovative solutions Bidders must score a minimum threshold of 60% for each question within the section Technical and Professional Ability. Any Bidder who fails to achieve the minimum points score for any question will be disqualified and not be taken through to the Award Criteria stage."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "71314200",
            "scheme": "CPV"
        },
        "reviewDetails": "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": true,
        "recurrence": {
            "description": "January/February 2028"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Award criteria questions can be found in the ITT together with the weightings. The responses to these questions should be inserted into the award criteria response document and uploaded to the Technical Envelope within PCS-T. (SC Ref:738230)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000721869"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000721869"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "GCC005508CPU",
            "suppliers": [
                {
                    "id": "org-355",
                    "name": "Inspired Energy solutions"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "GCC005508CPU",
            "awardID": "GCC005508CPU",
            "status": "active",
            "value": {
                "amount": 185000,
                "currency": "GBP"
            },
            "dateSigned": "2023-06-13T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2023/S 000-004883"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "674",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "675",
                "measure": "smeBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "676",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "677",
                "measure": "foreignBidsFromNonEU",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "678",
                "measure": "electronicBids",
                "value": 2,
                "relatedLot": "1"
            }
        ]
    }
}