Notice Information
Notice Title
The Provision of Services for Auditing and Cost Recovery of Water and Waste Water Charge
Notice Description
The council is seeking a suitably qualified service provider for the auditing and cost recovery of water and waste water charges. This will require the provider to identify areas where supply arrangements and drainage costs may benefit from a forensic analysis to identify where the existing pricing structure is not representative of the actual supply and drainage.
Lot Information
Lot 1
The council is seeking to identify areas where supply arrangements and drainage costs may benefit from a forensic analysis to identify where the existing pricing structure is not representative of the actual supply and drainage. This analysis will require a full forensic audit of council assets for previous and ongoing water billing including, but not limited to: - Water Supply, - Water Usage, - Waste Water, - Property Drainage (Surface Water), - and Ratable Value. The overall purpose is to verify existing arrangements and secure cost reduction and recovery of water charges by investigating current and previous agreements (covering the statutory period of 5 years) with contracted water providers and challenging these where appropriate. The contract will also aim to identify the potential for invest to save projects where current arrangements could be reconfigured to reduce ongoing costs. Overall, it is anticipated that this action would result in significant revenue recovery and identification of possible invest to save projects which would generate savings after implementation. A list of all council owned, managed and leased properties has been made available as part of the ITT package, Appendix C - Glasgow City Council Estate, whilst this list is representative of the council estate, other locations may be identified which could be included in the audit as required. This information should provide sufficient information to provide a project plan to aid the prioritisation of properties to be investigated as part of the scope of the project. The project is expected to start in late December 2025 and is expected to be completed by 31 Mar 2027. A detailed work plan is expected to be delivered within three weeks of the successful contractor being appointed.
Renewal: 12 month extension if required
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000815688
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV544395
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract 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
65 - Public utilities
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
65100000 - Water distribution and related services
65110000 - Water distribution
65120000 - Operation of a water-purification plant
79212000 - Auditing services
79311000 - Survey services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 27 Nov 20252 months ago
- Submission Deadline
- 8 Jan 2026Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Niall Milroy
- Contact Email
- niall.milroy@glasgow.gov.uk
- Contact Phone
- +44 1412876423
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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV544395
The Provision of Services for Auditing and Cost Recovery of Water and Waste Water Charge - The council is seeking a suitably qualified service provider for the auditing and cost recovery of water and waste water charges. This will require the provider to identify areas where supply arrangements and drainage costs may benefit from a forensic analysis to identify where the existing pricing structure is not representative of the actual supply and drainage.
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-r6ebe6-0000815688-2025-11-27T00:00:00Z",
"date": "2025-11-27T00:00:00Z",
"ocid": "ocds-r6ebe6-0000815688",
"initiationType": "tender",
"parties": [
{
"id": "org-27",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "40 John St, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"name": "Niall Milroy",
"email": "Niall.Milroy@glasgow.gov.uk",
"telephone": "+44 1412876423",
"url": "https://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-29",
"name": "Glasgow Sheriff Court & Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court & Justice of the Peace Court"
},
"address": {
"streetAddress": "PO BOX 23, 1 Carlton Place",
"locality": "Glasgow City",
"postalCode": "G5 9DA"
},
"contactPoint": {
"email": "glasgow@scotcourts.gov.uk",
"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-27"
},
"tender": {
"id": "GCC006439CPU",
"title": "The Provision of Services for Auditing and Cost Recovery of Water and Waste Water Charge",
"description": "The council is seeking a suitably qualified service provider for the auditing and cost recovery of water and waste water charges. This will require the provider to identify areas where supply arrangements and drainage costs may benefit from a forensic analysis to identify where the existing pricing structure is not representative of the actual supply and drainage.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "65100000",
"scheme": "CPV"
},
{
"id": "65110000",
"scheme": "CPV"
},
{
"id": "65120000",
"scheme": "CPV"
},
{
"id": "79311000",
"scheme": "CPV"
},
{
"id": "79212000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2026-01-08T12:00:00Z"
},
"awardPeriod": {
"startDate": "2026-01-08T12:00:00Z"
},
"documents": [
{
"id": "NOV544395",
"documentType": "contractNotice",
"title": "The Provision of Services for Auditing and Cost Recovery of Water and Waste Water Charge",
"description": "The council is seeking a suitably qualified service provider for the auditing and cost recovery of water and waste water charges. This will require the provider to identify areas where supply arrangements and drainage costs may benefit from a forensic analysis to identify where the existing pricing structure is not representative of the actual supply and drainage.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV544395",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The council is seeking to identify areas where supply arrangements and drainage costs may benefit from a forensic analysis to identify where the existing pricing structure is not representative of the actual supply and drainage. This analysis will require a full forensic audit of council assets for previous and ongoing water billing including, but not limited to: - Water Supply, - Water Usage, - Waste Water, - Property Drainage (Surface Water), - and Ratable Value. The overall purpose is to verify existing arrangements and secure cost reduction and recovery of water charges by investigating current and previous agreements (covering the statutory period of 5 years) with contracted water providers and challenging these where appropriate. The contract will also aim to identify the potential for invest to save projects where current arrangements could be reconfigured to reduce ongoing costs. Overall, it is anticipated that this action would result in significant revenue recovery and identification of possible invest to save projects which would generate savings after implementation. A list of all council owned, managed and leased properties has been made available as part of the ITT package, Appendix C - Glasgow City Council Estate, whilst this list is representative of the council estate, other locations may be identified which could be included in the audit as required. This information should provide sufficient information to provide a project plan to aid the prioritisation of properties to be investigated as part of the scope of the project. The project is expected to start in late December 2025 and is expected to be completed by 31 Mar 2027. A detailed work plan is expected to be delivered within three weeks of the successful contractor being appointed.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "12 month extension if required"
}
}
],
"bidOpening": {
"date": "2026-01-08T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "N/A"
},
{
"type": "economic",
"minimum": "Minimum level(s) of standards required: Glasgow City Council's Insurance Requirements are: - Bidder shall take out and maintain, throughout the period of the contract, Employer's Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000 GBP) in respect of any one event and unlimited in the period. - Bidder shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and unlimited in the period. - Bidder shall take out and maintain throughout the period of their services and for a further six years on completion of their service, Professional Indemnity insurance to the value of a minimum ONE MILLION (1,000,000 GBP) 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. 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."
},
{
"type": "technical",
"description": "Selection criteria as stated in the procurement documents",
"minimum": "Selection criteria as stated in the procurement documents"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"techniques": {
"hasElectronicAuction": true
},
"classification": {
"id": "65100000",
"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": false
},
"language": "EN",
"description": "Bidders must hold certificates for Quality Assurance, Health and Safety and Environmental Management Standards or comply with all questions noted in SPD Section 4D. Freedom of Information Act - Information on the FOI Act is contained in Appendix A of the ITT. Tenderers 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 Technical Envelope within the PCS Tender portal (NB the council does not bind itself to withhold this information). Tenderers Amendments - bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders will be required to complete the tenderers amendment certificate that is contained within the Technical Envelope 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 sub contractors in respect of payments due to any sub-sub-contractors, if any. Tenderers will be required to complete the prompt payment certificate contained in the Technical Envelope within PCS Tender portal. Non-Collusion - Tenderers will be required to complete the Non-Collusion certificate contained in the Technical Envelope within the PCS Tender portal. Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the Technical Envelope within the PCS Tender portal 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 suppliers at any point during the contract period. Terms and Conditions are located within the buyers attachments area within the PCS Tender portal. Additional information pertaining to this contract notice is contained within the Invitation to Tender documentation, situated within the buyers attachments area of PCS-T. Tenderers must ensure they read these documents in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30378. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Community Benefits has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required - 100 (SC Ref:814203) The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30378. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Community Benefits has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required - 100 (SC Ref:815688)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000815688"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}