- 1. South Lanarkshire Council
- 2. South Lanarkshire Council
- 3. Argyll and Bute Council
- 4. Dumfries and Galloway Council
- 5. East Ayrshire Council
- 6. East Dunbartonshire Council
- 7. East Renfrewshire Council
- 8. Inverclyde Council
- 9. North Ayrshire Council
- 10. North Lanarkshire Council
- 11. Renfrewshire Council
- 12. South Ayrshire Council
- 13. Glasgow City Council
- 14. West Dunbartonshire Council
Section one: Contracting authority
one.1) Name and addresses
South Lanarkshire Council
Council Headquarters, Almada Street
Hamilton
ML3 0AA
tom.murphy@southlanarkshire.gov.uk
Telephone
+44 1698454184
Country
United Kingdom
NUTS code
UKM95 - South Lanarkshire
Internet address(es)
Main address
http://www.southlanarkshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410
one.1) Name and addresses
South Lanarkshire Council
Council Headquarters, Almada Street
Hamilton
ML3 0AA
Contact
Tom Murphy
procurement_service@southlanarkshire.gov.uk
Telephone
+44 1698454184
Country
United Kingdom
NUTS code
UKM95 - South Lanarkshire
Internet address(es)
Main address
http://www.southlanarkshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410
one.1) Name and addresses
Argyll and Bute Council
Kilmory
Lochgilphead
PA31 8RT
Contact
Tom Murphy
procurement@argyll-bute.gov.uk
Telephone
+44 1546604194
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00063
one.1) Name and addresses
Dumfries and Galloway Council
Procurement Team, Carruthers House
Dumfries
DG1 2HP
Contact
Tom Murphy
Procurement.Tenders@dumgal.gov.uk
Telephone
+44 3033333000
Country
United Kingdom
NUTS code
UKM92 - Dumfries & Galloway
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219
one.1) Name and addresses
East Ayrshire Council
Corporate Procurement Team, London Road HQ
Kilmarnock
KA3 7BU
Contact
Tom Murphy
procurement@east-ayrshire.gov.uk
Telephone
+44 1563576183
Country
United Kingdom
NUTS code
UKM93 - East Ayrshire and North Ayrshire mainland
Internet address(es)
Main address
http://www.east-ayrshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223
one.1) Name and addresses
East Dunbartonshire Council
Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place
Kirkintilloch
G66 1TJ
Contact
Tom Murphy
procurement@eastdunbarton.gov.uk
Telephone
+44 1415745750
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Internet address(es)
Main address
http://www.eastdunbarton.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225
one.1) Name and addresses
East Renfrewshire Council
Eastwood HQ, Eastwood Park,
Giffnock
G46 6UG
Contact
Tom Murphy
ercprocurement@eastrenfrewshire.gov.uk
Telephone
+44 1415773669
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.eastrenfrewshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183
one.1) Name and addresses
Inverclyde Council
Procurement, Municipal Buildings, Clyde Square
Greenock
PA15 1LX
Contact
Tom Murphy
corporate.procurement@inverclyde.gov.uk
Telephone
+44 1475712634
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168
one.1) Name and addresses
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
Contact
Tom Murphy
procurement@North-Ayrshire.gov.uk
Telephone
+44 1294310000
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM93 - East Ayrshire and North Ayrshire mainland
Internet address(es)
Main address
http://www.north-ayrshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
one.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
Contact
Tom Murphy
corporateprocurement@northlan.gov.uk
Telephone
+44 1698403876
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM84 - North Lanarkshire
Internet address(es)
Main address
http://www.northlanarkshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010
one.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
Contact
Tom Murphy
Telephone
+44 3003000300
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.renfrewshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
one.1) Name and addresses
South Ayrshire Council
County Buildings, Wellington Square
Ayr
KA7 1DR
Contact
Tom Murphy
procurement@south-ayrshire.gov.uk
Telephone
+44 3001230900
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM94 - South Ayrshire
Internet address(es)
Main address
http://www.south-ayrshire.gov.uk/procurement/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405
one.1) Name and addresses
Glasgow City Council
Chief Executives Department, City Chambers
Glasgow
G2 1DU
Contact
Tom Murphy
corporateprocurement@glasgow.gov.uk
Telephone
+44 1412876471
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
one.1) Name and addresses
West Dunbartonshire Council
16 Church Street
Dumbarton
G82 1QL
Contact
Tom Murphy
Corporate.Procurement@west-dunbarton.gov.uk
Telephone
+44 1389737000
Fax
+44 1415745529
Country
United Kingdom
NUTS code
UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Internet address(es)
Main address
https://www.west-dunbarton.gov.uk/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153
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
https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/991637290182FDF60AE3
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/991637290182FDF60AE3
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/991637290182FDF60AE3
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
The West Scotland Local Authority Weather Forecasting Partnership 2023
Reference number
SLC/PS/COMENT/22/040
two.1.2) Main CPV code
- 71351600 - Weather-forecasting services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council are seeking to appoint an suitable Consultant for the provision of a highly accurate and reliable road weather forecasting and consultancy service. This service shall assist and aid all roads authorities who are members of the Weather Forecast Partnership (hereinafter referred to as the “Councils”) in the delivery of their operational winter and flood response service plans.
The Consultant shall also provide a maintenance service for all Council owned weather stations and monitoring equipment located within the local authority areas of the Councils in the Weather Forecast Partnership
two.1.5) Estimated total value
Value excluding VAT: £8,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
West of Scotland
two.2.4) Description of the procurement
South Lanarkshire Council acts as the lead authority for a collaboration of thirteen Scottish Councils located in the West of Scotland (which Councils are listed in Contract Data Part 1, Volume 2 and are known as the “Weather Forecast Partnership”).
As lead authority for the Weather Forecast Partnership, South Lanarkshire Council invites bids from companies that are interested in being appointed to provide weather forecasting and weather station maintenance services for the thirteen Councils who are members of the Weather Forecast Partnership
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Optional extension of up to 5 years at discretion of the Councils.
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
SPD Question 4A.1 Trade Registers
It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given.
If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.
three.1.2) Economic and financial standing
List and brief description of selection criteria
SPD Question 4B.4 Economic and Financial Standing
The Council will use the following ratios to evaluate a bidders financial status:
Profitability – this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;
Liquidity – this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio.
Gearing – this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is
considered a pass for this ratio.
Minimum level(s) of standards required:
Bidders must provide the name and value of each of the 3 ratios within their response to SPD question 4B.4.
The Council requires bidders to pass 2 out of the 3 financial ratios above.
Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so.
The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors:
Would the bidder have passed the checks if prior year accounts had been used?
Were any of the poor appraisal outcomes "marginal"?
Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance?
Does the bidder have sufficient reserves to sustain losses for a number of years?
Does the bidder have a healthy cashflow?
Is the bidder profitable enough to finance the interest on its debt?
Is most of the bidder's debt owed to group companies?
Is the bidder's debt due to be repaid over a number of years, and affordable?
Have the bidder's results been adversely affected by "one off costs" and / or "one off accounting treatments"?
Do the bidder's auditors (where applicable) consider it to be a "going concern"?
Do Keynote (where applicable) consider the bidder to be a "going concern"?
Will the bidder provide a Parent Company Guarantee?
Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace?
The Council will request submission of and assess the bidders financial accounts, and may use Keynote or similar financial verification systems to validate the information provided.
Minimum level(s) of standards possibly required
The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of
Insurance Cover:
Employer’s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims.
Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims.
Professional Indemnity Insurance covering the failure of the bidder to use the skill and care normally used by professionals providing the services described in this tender to the level of 5000000 GBP in respect of each and every claim, without limit to the number of claims, and/or in the aggregate (if each and every claim cover cannot be secured)
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD Question 4C.1.2 Technical and Professional Ability
Please provide details of your relevant experience within the past five years in the provision of professional weather related services to the roads and transportation industry.
These services should include both weather forecasting and consultancy services as well as the provision of a weather station maintenance service.
Particular reference should be made to any experience your company has in relation to the provision of weather services to geographical areas that have a similar challenging climate to that of Scotland.
Any information provided should be specific to the requirements of this contract as detailed within the Scope and shall be inclusive of contract form, value and duration.
Reference should also be made to any experience your organisation has in relation to the NEC3 contract.
SPD Question 4C.6 Technical and Professional Ability (Qualifications)
The bidder as a company will hold the following educational or professional qualifications:
Membership of the Royal Meteorological Society or other relevant body.
SPD Question 4C.9 Technical and Professional Ability (Equipment)
Bidders must provide details of the relevant tools, plant or technical equipment available to you in relation to this procurement exercise.
Bidders must provide details in relation to the non-human resources that you will allocate to the contract in order to provide the requirements of the Scope. This should be inclusive of IT resources and equipment. Particular reference should be made in relation to how this will deliver a highly accurate forecast.
SPD Question 4C.10 Technical and Professional Ability (Sub-Contracting)
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
SPD Question 4D.1 Quality Assurance Schemes
It is a requirement of this tender that the bidder recommended for award holds the following Quality Assurance scheme membership:
Bidders must provide details of any quality management system which complies with ISO 9001 or equivalent. For information on equivalents please see Attachment 4 - Quality Assurance Requirements contained within the PCS-t attachments area for further information on equivalents.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 2022/S 022-190313
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 October 2022
Local time
12:00pm
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
Tender must be valid until: 19 April 2023
four.2.7) Conditions for opening of tenders
Date
21 October 2022
Local time
12:00pm
Place
Council Headquarters, Hamilton
Information about authorised persons and opening procedure
Procurement Lead
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2028 - 2033
six.2) Information about electronic workflows
Electronic invoicing will be accepted
six.3) Additional information
Declarations and Certificates
In an open tendering procedure prior to any award being made the successful bidder will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope.
SPD Question 2D.1 - Prompt Payment Certificate
SPD Questions 3A.1 to 3A.8 - Organised Crime Declaration
SPD Question 3A.6 - Modern Slavery Act 2015 Declaration
SPD Question 3C.1 - Blacklisting in Construction Industry Declaration
SPD Question 3D.11 - Non-Collusion Certificate
SPD Question 4B.4 - Economic and Financial Standing - copies of your full audited accounts for the previous 2 years
SPD Question 4B.5.1 - Insurance Certificates – Professional Indemnity, Employers Liability and Public Liability
SPD Question 4C.6 - Goods Vehicle Operator’s Licence
SPD Question 4C.6.1 - Membership of the Royal Meteorological Society or other relevant body
SPD Question 4D.1 - ISO 9001 or equivalent
Attachment Area - Health and Safety Questionnaire (Non-Construction)
Attachment Area - SOCA Protocol Form
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21706. The ITT code is 45495. For more information see:https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/991637290182FDF60AE3
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 45495. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
The Council has calculated that the minimum total of 250 community benefit points which must be delivered under this contract.
Evaluators will allocate scores to the response to each Community Benefits (Section 2.9 of the ITT) question in accordance with the scoring guidance detailed within the Evaluation of Tenders document contained within the general attachments area of the ITT.
(SC Ref:695526)
six.4) Procedures for review
six.4.1) Review body
Hamilton Sheriff Court
4 Beckford Street
Hamilton
ML3 0BT
Country
United Kingdom