Contract

Consultancy Support for SCOTS Roads Asset Management Project - Phase 4

  • Glasgow City Council

F03: Contract award notice

Notice identifier: 2022/S 000-026085

Procurement identifier (OCID): ocds-h6vhtk-036928

Published 16 September 2022, 3:23pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

Chief Executives Department, City Chambers

Glasgow

G2 1DU

Email

laura.moffat2@glasgow.gov.uk

Telephone

+44 1412876410

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.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Consultancy Support for SCOTS Roads Asset Management Project - Phase 4

Reference number

GCC005536CPU

two.1.2) Main CPV code

  • 71311210 - Highways consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Glasgow City Council on behalf of the Society of Chief Officers of Transportation in Scotland (SCOTS) and all 32 Scottish Local Authorities is seeking a provider to deliver Consultancy Support for the SCOTS Roads Asset Management Project (RAMP) - Phase 4. This project is recognised as being of significant national importance in driving improvement in asset management practice and promoting effective maintenance of the Scottish local road network. SCOTS have developed, in collaboration with its community, a pragmatic recommended practice framework which meets the requirements, needs and priorities of its members.

Through collaboration with SCOTS and key stakeholders, the required services include but are not limited to: design and delivery of practitioner-level asset management training mainly via webinar and instructional video; further development of pragmatic guidance and tools - expanding the RAMP framework to meet evolving roads infrastructure maintenance challenges and needs; auditing of RAM Practices.

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: £712,450

two.2) Description

two.2.2) Additional CPV code(s)

  • 71311210 - Highways consultancy services
  • 71311000 - Civil engineering consultancy services
  • 79411000 - General management consultancy services
  • 72221000 - Business analysis consultancy services
  • 71621000 - Technical analysis or consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

Glasgow City Council on behalf of the Society of Chief Officers of Transportation in Scotland (SCOTS) and all 32 Scottish Local Authorities is seeking a provider to deliver Consultancy Support for the SCOTS Roads Asset Management Project (RAMP) - Phase 4. This project is recognised as being of significant national importance in driving improvement in asset management practice and promoting effective maintenance of the Scottish local road network. SCOTS have developed, in collaboration with its community, a pragmatic recommended practice framework which meets the requirements, needs and priorities of its members.

Through collaboration with SCOTS and key stakeholders, the required services include but are not limited to: design and delivery of practitioner-level asset management training mainly via webinar and instructional video; further development of pragmatic guidance and tools - expanding the RAMP framework to meet evolving roads infrastructure maintenance challenges and needs; auditing of RAM Practices.

two.2.5) Award criteria

Quality criterion - Name: Methodology / Weighting: 15

Quality criterion - Name: Draft High Level Inception Report / Weighting: 10

Quality criterion - Name: Team / Weighting: 13

Quality criterion - Name: Elected Members Webinar / Weighting: 14

Quality criterion - Name: Response to Brief / Weighting: 7

Quality criterion - Name: Sustainability and Innovation / Weighting: 6

Quality criterion - Name: Fair Work First / Weighting: 5

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

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015


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 022-190857


Section five. Award of contract

Contract No

GCC005536CPU

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 September 2022

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

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

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

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

five.2.3) Name and address of the contractor

Atkins Limited

Woodcote Grove, Ashley Road, Epsom, Surrey

Epsom

KT18 5BW

Country

United Kingdom

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

No

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

Total value of the contract/lot: £712,450


Section six. Complementary information

six.3) Additional information

Bidders must hold certificates for Quality Assurance& Environmental Management Standards or comply with all questions noted in SPD Section. 4D. Bidders must note the implications FOI legislation & 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 & returned the council reserves the right to request copies of certificates at any point during the contract period. T&C are located within the buyers attachment area of PCS-T.The buyer is using PCS-Tender to conduct this exercise. The Project code is 21352. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows: 10CBPs per 150,000GBP spend threshold.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

(SC Ref:701228)

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

G2 9DA

Email

glasgow@scotcourts.gov.uk

Country

United Kingdom

Internet address

http://www.scotcourts.gov.uk/the-courts/court-location/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