Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
Contact
David Hart
Telephone
+44 1412872000
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.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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.1.5) Estimated total value
Value excluding VAT: £900,000
two.1.6) Information about lots
This contract is divided into lots: No
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: Ownership of Glasgow City Council Portfolio / Weighting: 7%
Quality criterion - Name: Account Contacts / Weighting: 7%
Quality criterion - Name: Complex Site Arrangements / Weighting: 5%
Quality criterion - Name: End of Life Meters / Weighting: 6%
Quality criterion - Name: Data Format / Weighting: 15%
Quality criterion - Name: Data Collection and Aggregation Process / Weighting: 15%
Quality criterion - Name: Sustainability / Weighting: 10%
Quality criterion - Name: Fair Work First / Weighting: 5%
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
Option to extend the contract for 3 periods of up to 12 months
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
Date
2 October 2023
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
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
2 October 2023
Local time
12:00pm
Place
Glasgow City Chambers
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Accounting for potential extensions - July 2031
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
Bidders must hold certificates for Quality Assurance and Environmental Management Standards or comply with all questions noted in SPD Section 4D. Bidders must note the implications FOI legislation and ensure that any info they wish the council to consider withholding is indicated. (NB the council does not bind itself to withhold this info). Tenderers Amendments - Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer within the Tenderers Amendment statement on PCS-T. Prompt Payment - The successful tenderer shall, as a condition of being awarded, be required to demonstrate to the council's satisfaction that all funds due permitted sub-contractors are paid timeously and as a minimum, invoices rendered by subcontractors shall 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. Bidders will be required to complete the prompt payment statement and Non-collusion statement within PCS-T. All bidders will be required to sign an Insurance Mandate within PCS-T. If is not signed and returned the council reserves the right to request copies of certificates at any point during the contract period. The terms and conditions is located within the buyers attachment area of PCS-T.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24241. 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:
Community benefit outcomes for this contract will be based on spend thresholds. There are three spend thresholds within the Community Benefits menu ranging from 50,000 GBP to 300,000 GBP per annum. Spend will be monitored on an annual basis and the successful supplier will be required to deliver the outcomes offered under the appropriate threshold.
(SC Ref:739176)
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
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
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.