Tender

The West Scotland Local Authority Weather Forecasting Partnership 2023

  • South Lanarkshire Council
  • South Lanarkshire Council
  • Argyll and Bute Council
  • Dumfries and Galloway Council
  • East Ayrshire Council
Show 9 more buyers Show fewer buyers
  • East Dunbartonshire Council
  • East Renfrewshire Council
  • Inverclyde Council
  • North Ayrshire Council
  • North Lanarkshire Council
  • Renfrewshire Council
  • South Ayrshire Council
  • Glasgow City Council
  • West Dunbartonshire Council

F02: Contract notice

Notice identifier: 2022/S 000-025255

Procurement identifier (OCID): ocds-h6vhtk-0366fd

Published 8 September 2022, 2:54pm



Section one: Contracting authority

one.1) Name and addresses

South Lanarkshire Council

Council Headquarters, Almada Street

Hamilton

ML3 0AA

Email

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

Email

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

Email

procurement@argyll-bute.gov.uk

Telephone

+44 1546604194

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.argyll-bute.gov.uk

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

Email

Procurement.Tenders@dumgal.gov.uk

Telephone

+44 3033333000

Country

United Kingdom

NUTS code

UKM92 - Dumfries & Galloway

Internet address(es)

Main address

http://www.dumgal.gov.uk

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

Email

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

Email

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

Email

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

Email

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

http://www.inverclyde.gov.uk

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

Email

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

Email

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

Email

cpu@renfrewshire.gov.uk

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

Email

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

Email

corporateprocurement@glasgow.gov.uk

Telephone

+44 1412876471

Fax

+44 1415745529

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.1) Name and addresses

West Dunbartonshire Council

16 Church Street

Dumbarton

G82 1QL

Contact

Tom Murphy

Email

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