Tender

Provision of Winter Roads Forecasting (Tayside and North East Scotland)

  • Dundee City Council
  • Angus Council
  • Perth & Kinross Council
  • Aberdeen City Council
  • Aberdeenshire Council
Show 2 more buyers Show fewer buyers
  • Moray Council
  • The Highland Council

F02: Contract notice

Notice identifier: 2024/S 000-015783

Procurement identifier (OCID): ocds-h6vhtk-045a9c

Published 20 May 2024, 8:41am



The closing date and time has been changed to:

26 June 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Dundee City Council

Dundee City Council, Procurement, Dundee House, Floor 4, 50 North Lindsay Street

DUNDEE

DD1 1NZ

Contact

Claire Petrie

Email

claire.petrie@dundeecity.gov.uk

Telephone

+44 1382433417

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

www.dundeecity.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220

one.1) Name and addresses

Angus Council

Angus House, Orchardbank Business Park

Forfar

DD8 1AN

Email

procurement@angus.gov.uk

Telephone

+44 3452777778

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

http://www.angus.gov.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00236

one.1) Name and addresses

Perth & Kinross Council

2 High Street

Perth

PH1 5PH

Email

contracts@pkc.gov.uk

Telephone

+44 1738475000

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.pkc.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372

one.1) Name and addresses

Aberdeen City Council

Woodhill House, Westburn Road

Aberdeen

AB16 5GB

Email

CPSSprocurement@aberdeencity.gov.uk

Telephone

+44 1467539600

Country

United Kingdom

NUTS code

UKM50 - Aberdeen City and Aberdeenshire

Internet address(es)

Main address

http://www.aberdeencity.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00231

one.1) Name and addresses

Aberdeenshire Council

Woodhill House, Westburn Road

Aberdeen

AB16 5GB

Email

cpssprocurement@aberdeencity.gov.uk

Telephone

+44 1467539600

Country

United Kingdom

NUTS code

UKM50 - Aberdeen City and Aberdeenshire

Internet address(es)

Main address

http://www.aberdeenshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00232

one.1) Name and addresses

Moray Council

High Street

Elgin

IV30 1BX

Email

procurement@moray.gov.uk

Telephone

+44 1343563137

Country

United Kingdom

NUTS code

UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey

Internet address(es)

Main address

http://www.moray.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160

one.1) Name and addresses

The Highland Council

Glenurquhart Road

Inverness

IV3 5BX

Contact

Elizabeth Maciver

Email

Elizabeth.Maciver@highland.gov.uk

Telephone

+44 1463702386

Country

United Kingdom

NUTS code

UKM6 - Highlands and Islands

Internet address(es)

Main address

http://katie.macaulay@highland.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Winter Roads Forecasting (Tayside and North East Scotland)

Reference number

DCC/CD/38/24

two.1.2) Main CPV code

  • 71351600 - Weather-forecasting services

two.1.3) Type of contract

Services

two.1.4) Short description

The Purchasers operate a weather maintenance program which relies on Winter Roads Weather Forecasting Bureau and Associated Services to be provided for their weather monitoring stations. This Contract will provide the Purchasers with a mechanism to make gritting decisions throughout the winter season. In turn, this allows the Purchasers to discharge their duties under the Roads (Scotland) Act 1984 and is considered an essential service that must be provided.

The Bureau Services providers gathers data using loggers, then transfers info to Forecaster and Forecaster returns forecast to the Bureau Services provider. The Bureau Services provider shares the data/forecast info/alerts with the Purchasers via web application.

two.1.5) Estimated total value

Value excluding VAT: £525,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71351600 - Weather-forecasting services

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City

two.2.4) Description of the procurement

The Purchasers operate a weather maintenance program which relies on Winter Roads Weather Forecasting Bureau and Associated Services to be provided for the Council’s their weather monitoring stations. This Contract will provide the Purchasers with a mechanism to make gritting decisions throughout the winter season. In turn, this allows the Purchasers to discharge their duties under the Roads (Scotland) Act 1984 and is considered an essential service that must be provided.

The Bureau Services providers gathers data using loggers, then transfers info to Forecaster and Forecaster returns forecast to the Bureau Services provider. The Bureau Services provider shares the data/forecast info/alerts with the Purchasers via web application.

two.2.5) Award criteria

Quality criterion - Name: Producing Reports and the Content Required / Weighting: 15

Quality criterion - Name: Template Reports / Weighting: 13

Quality criterion - Name: Implementation Plan / Weighting: 10

Quality criterion - Name: Resilience of the System / Weighting: 10

Quality criterion - Name: Self Evaluation / Weighting: 10

Quality criterion - Name: Training / Weighting: 8

Quality criterion - Name: Community Benefits Through The Contract / Weighting: 2

Quality criterion - Name: Fair Work First / Weighting: 2

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 October 2024

End date

30 September 2027

This contract is subject to renewal

Yes

Description of renewals

To be re-tendered for contract implementation 1 October 2027

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The Purchasers require a robust ‘forecaster intervened’ Winter Roads Weather Forecasting service supplied by an established and recognised weather forecasting company with appropriate skills, experience and resource to undertake the exacting requirements of the Purchaser (as opposed to automated service content).

The Forecasting Service Provider must have a proven track record in providing accurate Winter Roads Weather Forecasts for sites in a similar topographical area (Note: geographical area of Perth & Kinross, Dundee, Angus, Aberdeen City and Shire, Moray and Highland)

All text should be specific to the Purchaser(s) geographic area and be produced by a qualified ‘roads’ meteorologist and not generated automatically from a computer.

three.1.2) Economic and financial standing

List and brief description of selection criteria

The Council will utilise Equifax Score check to assess the Economic and financial standing of organisations bidding for contracts.

Tenderers (including all participants in a group) are required to have a Score check Score of 35 or above in order to demonstrate their

financial strength and stability.

It is recommended that Tenderers review their own Score check score in advance of submitting a Tender Submission. Where the Tenderer

does not have a Score check score, or where the Tenderer does not consider that the Score check score reflects their current financial status;

the Tenderer may give an explanation within the Tender Submission, together with any relevant supporting alternative evidence which

demonstrates its financial strength/stability.

Where the Tenderer is under no obligation to publish accounts and therefore does not have a Score check score, they must provide their

audited financial accounts for the previous 2 years as part of their SPD Submission in order that the Council may assess these to determine

the suitability of the Tenderer to undertake a contract of this size.

As an alternative to the above requirement but only for bidders who started trading less than 3 years prior to the return date for the Tender

response set out below, those bidders must demonstrate adequate financial capacity for the Contract by the following evidence:

A business plan for a minimum 3-year trading period setting out projected annual average turnover;

audited or unaudited (if the company has no legal audit requirement) accounts for any years trading to date, and

letter of support for the bidder’s bank setting out the level of financial support available to the business from the bank and for how long that

is available.

A bank letter of support should explain the amount and duration of financial support made available to the business by the bank and what

information, such as a business plan for the period 01/04/2024 – 31/03/2027, was considered by the bank in deciding to make that support

available. These are matters of fact not opinion so should be able to be given by any bank on the authority of their customer. It must be

understood, however, that the sufficiency or otherwise of the bank letter can only be judged after submission and assessment of all

Questionnaire responses so the provision of as much information as possible is encouraged.

All of this information must be in terms entirely satisfactory to the Purchasing Authority. We reserve the right (but are not obliged) to seek

additional clarification and/or supporting information from or about the bidder to satisfy us in this regard, for example, a bank reference.

Where a Tenderer does not meet the minimum financial requirements in its own right and wishes to rely on the financial standing of a

parent company, Tenderers should provide a statement that they commit to obtaining a parent company guarantee in the form attached in

the Standard Documents Parent Company Guarantee.

Where a consortium bid is received, the Score check score of each consortium member shall be assessed and each must achieve a Score

check score of 35 or above.

Where a sub-contractor material to the performance of the Contract or where the Tenderer intends to sub-contract more than 25% of any

contract value to a single sub-contractor, the Tenderer may be required to confirm that the sub-contractor(s) has a Score check score of 35

or above The Council reserves the right to request one copy of all sub-contractor last 3 financial years' audited accounts and details of

significant changes since the last financial year end.

Minimum level(s) of standards possibly required

The Supplier shall have in force and shall require any sub-contractor to have in force:

(a) employer's liability insurance in accordance with any legal requirements for the time being in force but covering at least all employers’ liability matters which are the subject of indemnities or compensation obligations under these Conditions in the sum of not less than 10 million GBP for any one incident, unless otherwise agreed by the Purchaser in writing, and

(b) public liability insurance for such sum and range of cover as the Supplier deems to be appropriate but covering at least all matters which are the subject of indemnities or compensation obligations under these Conditions in the sum of not less than 10 million GBP for any one incident and unlimited in total, unless otherwise agreed by the Purchaser in writing.

(c) professional indemnity insurance for such sums and range of cover as the Supplier deems to be appropriate but covering at least all the professional indemnity matters which are the subject of indemnities or compensation obligations under these Conditions in the sum of not less than 5 million GBP for any one incident, unless otherwise agreed by the Purchaser in writing

Public and Products insurance for each sum and range of cover as the Supplier deems to be appropriate but covering at least all matters which are the subject of indemnities or compensation obligations under these Conditions in the sum of not less than 5 million GBP for any one incident and unlimited in total, unless otherwise agreed by the Purchaser in writing.

three.1.3) Technical and professional ability

List and brief description of selection criteria

The Purchasers require a robust ‘forecaster intervened’ Winter Roads Weather Forecasting service supplied by an established and recognised weather forecasting company with appropriate skills, experience and resource to undertake the exacting requirements of the Purchaser (as opposed to automated service content).

The Forecasting Service Provider must have a proven track record in providing accurate Winter Roads Weather Forecasts for sites in a similar topographical area (Note: geographical area of Perth & Kinross, Dundee, Angus, Aberdeen City and Shire, Moray and Highland)

All text should be specific to the Purchaser(s) geographic area and be produced by a qualified ‘roads’ meteorologist and not generated automatically from a computer.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Staff (including sub-contractor staff) directly involved in the delivery of the Contract, must be paid at least the real Living Wage.

The Scottish Public Sector considers the payment of the real Living Wage to be a significant indicator of an employer's commitment to fair work practices and that payment of the real Living Wage is one of the clearest ways an employer can demonstrate that it takes a positive approach to its workforce.

The real Living Wage is a rate of pay which applies to all employees aged 18 and above and is sufficient to ensure that the recipient may enjoy an acceptable standard of living. There are two rates of the real Living Wage: the UK wide rate and the London rate. The rates are announced annually by the Living Wage Foundation.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

19 June 2024

Local time

12:00pm

Changed to:

Date

26 June 2024

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

19 June 2024

Local time

12:00pm

Place

Electronic Postbox

Information about authorised persons and opening procedure

Procurement Category Officer


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: May 2027

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The Contract Awarding process will only be undertaken where firm commitment to proceed has been given by 4 out of the 7 Participating Partners.

The Forecaster must do both types of Forecasting (Domain based and Route Based).

Tender Clarification (a session online) for Bidders can be held during the tender open period if there is demand for this. The Session will be noted and the note published in the Additional Information Section of this Notice. Tenderers must advise by 7 June 2024. Contact Named Contract mentioned at the Start of This Notice. Claire.Petrie@dundeecity.gov.uk.

Full details of the Evaluation Criteria is contained in the ITT documentation. (which can be found in the Additional Documents Section of this Notice).

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=766441.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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:

It will become a contract requirement for contractors to deliver Community Benefit activities over the duration of this contract.

Tenderers will require to confirm their commitment and provide details of the types of Community Benefits which will deliver the local community (of the Councils) in relation to this contract.

(SC Ref:766441)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=766441

six.4) Procedures for review

six.4.1) Review body

Dundee Sherriff Court and Justice of the Peace Court

Sherriff Court House, 6 West Bell Street

Dundee

DD1 9AD

Country

United Kingdom

Internet address

www.scotcourts.gov.uk

six.4.4) Service from which information about the review procedure may be obtained

Scottish Courts Service

Saughton House, Broomhouse Drive

Edinburgh

EH11 3XD

Email

enquiries@scotscourts.gov.uk

Telephone

+44 1314443300

Country

United Kingdom