Contract

Meter Operator, Data Collection and Data Aggregation Services

  • Glasgow City Council

F03: Contract award notice

Notice identifier: 2024/S 000-022544

Procurement identifier (OCID): ocds-h6vhtk-03f91c

Published 19 July 2024, 3:53pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

Email

david.hart@glasgow.gov.uk

Telephone

+44 1412872000

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

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

Meter Operator, Data Collection and Data Aggregation Services

Reference number

GCC005813CPU

two.1.2) Main CPV code

  • 71314200 - Energy-management services

two.1.3) Type of contract

Services

two.1.4) Short description

Glasgow City Council is seeking to appoint a single supplier to provide meter operator, data collection and data aggregation services.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £900,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 38550000 - Meters
  • 38551000 - Energy meters
  • 38554000 - Electricity meters
  • 50411200 - Repair and maintenance services of gas meters
  • 50411300 - Repair and maintenance services of electricity meters
  • 65500000 - Meter reading service
  • 72314000 - Data collection and collation services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow City

two.2.4) Description of the procurement

Glasgow City Council is seeking to appoint a sole supplier to provide meter operator, data collection and data aggregation services for both gas and electricity meters within our portfolio.

The services have been divided into three categories as per below. There is no option for bidders to submit an offer(s) for individual categories. As above the council is looking to appoint one supplier for all services across all three categories.

- Category 1 – Purchase Option for suitable Automatic Meter Readers or data loggers fitted to existing gas meters, Electric Non-Half Hourly, Electric Half Hourly (Code of Practice 3, 5 and 10) Meters and Automatic Meter Readers (AMRs)

- Category 2 – Lease Option for fitting suitable AMR or data loggers to existing Gas Meters, Electric Non-Half Hourly, Electric Half Hourly (Code of Practice 3, 5 and 10) Meters and Automatic Meter Readers (AMRs)

- Category 3 – Data Collection, Verification, Aggregation and transfer (Gas & Electricity)

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30%

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 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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-025847


Section five. Award of contract

Contract No

GCC005813CPU

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

25 June 2024

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Stark Software International Ltd

10-12 Massetts Road

Horley

RH67DE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £900,000


Section six. Complementary information

six.3) Additional information

(SC Ref:772859)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court

six.4.3) Review procedure

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.