Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
UK
Telephone: +44 1412872000
E-mail: Stacy.Simpson2@glasgow.gov.uk
NUTS: UKM82
Internet address(es)
Main address: www.glasgow.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
GCC006201CPU - Framework Agreement for the Provision of ICT Advisory Services
Reference number: GCC006201CPU
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
Glasgow City Council invites tenders for appointment to a framework agreement for the provision of ICT advisory services.
The framework agreement will be split in to four lots, as follows:
Lot 1 – Cyber Security Advisory Services
Lot 2 – Digital Advisory Services - Enterprise Systems
Lot 3 – Digital Advisory Services - Digital Services
Lot 4 - Digital Advisory Services - Connected Services
The council are seeking to appoint a single supplier to each of the four lots, to provide Services to the council under these four categories, as and when required.
The framework agreement is expected to run for an initial period of two years, with the option for Glasgow City Council to extend by up to a further 24 months, at their sole discretion.
This procurement will be conducted via the Public Contracts Scotland-Tender portal (PCS-T). Please refer to the Procurement Documents contained within PCS-T for full details relating to this opportunity.
II.1.5) Estimated total value
Value excluding VAT:
8 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Provision of Cyber Security Advisory Services
II.2.2) Additional CPV code(s)
79000000
72222000
72222300
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
UK, Glasgow
II.2.4) Description of the procurement
Glasgow City Council invites tenders for the provision of Cyber Security Advisory Services.
The Cyber Security Advisory Service will play a role in the multisource ICT delivery model by providing expert guidance on security best practices and cyber security risk controls within the council. This service will assist the council’s in-house Intelligent Client Function to ensure that all technology providers adhere to the council’s security policies and will help maintain a robust security posture by identifying potential vulnerabilities and risks.
As such the scope of the cyber security advisory services which may be required under Lot 1 may include but not be limited to:
- Providing assurance of security activity, including provision of impartial assessment, audit and reports
- Performing compliance monitoring and reporting
- Assessing compliance with security and information assurance strategies, objectives, policies and processes
- Liaising with the council’s internal audit function to ensure adequate testing of the information assurance programme
- Providing assurance that risks have been mitigated or are accepted by the SIRO
- Assessing the adequacy of controls which are delivered by the Managed Service Providers and monitored by the MSSP to ensure the council maintains PSN and PCI certification
- Assisting the council in obtaining CE+ certification
- Reviewing technology controls and policies
- Providing independent verification of controls
- Reporting to the Councils ICF and SIRO on security compliance and capability
- Joining incident teams as required, i.e., Bronze & Silver Teams and reporting into Gold Teams.
There is no guarantee of the level of business which may arise as a result of this framework. The following values are provided as an estimate only:
Lot 1 – As a demand led agreement, to take account of cyber security advisory services within scope which may be identified throughout the duration, a maximum value of up to 500,000 GBP (excl VAT) per annum has been used for the purposes of establishing lot 1 of the framework agreement. The council is under no obligation to spend any amount under this Framework Agreement.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 65
Quality criterion: Fair Work First
/ Weighting: 5
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for a period of up to 24 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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
Lot No: 2
II.2.1) Title
Provision of Digital Advisory Services - Enterprise Systems
II.2.2) Additional CPV code(s)
72222000
72222300
79000000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
UK, Glasgow
II.2.4) Description of the procurement
Glasgow City Council invites tenders for the provision of Digital Advisory Services - Enterprise Systems.
Enterprise Systems are defined as the software solutions that support the back-office operations of the council. These systems support areas such as finance, payroll, social care and leisure. The council has identified 20 parent applications that hold regulatory, financial or highly sensitive data. Some have related child applications such as for reporting or additional functionality. There are around 120 citizen or line of business systems that are important to the operations of the council and several hundred smaller or desktop applications.
The council may ask the Digital Advisory Service – Enterprise Systems Supplier to assist the council’s Intelligent Client Function in identifying opportunities to rationalise and simplify the estate.
As such the scope of the digital advisory services which may be required under Lot 2 may include but not be limited to:
- Identify solutions which are appropriate to migrate to cloud
- Assess application consolidation opportunities
- Maximise the business value from existing technology investment
- Supporting the council to implement an Agile Framework
- Supporting engagement with https://digitalacademy.gov.scot/
- Supporting Business Cases aligned to HMG Green Book
- Supporting horizon scanning of solutions and technologies available in the market
- Supporting new ways of working to help embed digital opportunities
- Providing organisational change management services
- Supporting adoption of solutions advised by the Scottish Digital Office and removal of bespoke and customised solutions
- Carrying out process and functionality gap analysis, Total Cost of Ownership analysis, Business process redesign recommendations
- Supporting Enterprise Architecture
- Evaluation of solutions for business and technical fit
- Monitoring the technology market and providing the council with opportunities
- Support with procurement processes as required including defining functional and non-functional requirements and preparing budget estimates
- Provision of project and programme management services
- Supporting and advise on benefits realisation
Requests for project specific digital advisory services may require the Supplier to provide a team of specialists to deliver a project requirement, or may require the Supplier to work with council personnel to deliver an outcome.
There is no guarantee of the level of business which may arise as a result of this framework. The following values are provided as an estimate only:
Lot 2– As a demand led agreement, to take account of digital advisory services (within the scope of enterprise systems) which may be identified throughout the duration, a maximum value of up to 500,000 GBP (excl VAT) per annum has been used for the purposes of establishing lot 2 the framework agreement. The Council is under no obligation to spend any amount under this Framework Agreement.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 65
Quality criterion: Fair Work First
/ Weighting: 5
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for a period of up to 24 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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.
Lot No: 3
II.2.1) Title
Digital Advisory Services – Digital Services
II.2.2) Additional CPV code(s)
79000000
72222000
72222300
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow, UK
II.2.4) Description of the procurement
Glasgow City Council invites tenders for the provision of Digital Advisory Services - Digital Services.
Digital Services apply technologies which transform processes and the way in which business is conducted. Digital Services within the council include online citizen engagement and mobile applications which streamline and improve service delivery. Within the council these services include:
- Online Transactions: services such as paying council tax, applying for permits and booking appointments.
- Information Access: Providing platforms where citizens and organisations can access information about services.
- Service Requests: Reporting issues like potholes, graffiti or missed bin collections.
- Digital Consultations: Using tools to engage with the community, gather feedback and conduct public consultations.
- Telecare and Telehealth: Allowing residents to live more safely at home for longer.
- Digital Inclusion Programs: Initiatives to ensure residents have access to digital services, including training and support.
To further develop these services the council requires the Digital Advisory Services – Digital Services Supplier to provide expert support and guidance services.
As such the scope of the digital advisory services which may be required under Lot 3 may include but not be limited to:
- Recommending platform architecture
- Analysis of the citizen journey
- Identifying where the customer experience can be enhanced in areas such as: consolidating the customers experience of interacting with council services, implementing an Omnichannel customer experience and other innovative solutions
- Support understanding the current customer experience through facilitation of agreed focus groups and workshops, taking a Service Design led approach.
- Support digital projects and programmes, including the Strategic Business Case, Outline Business Case, and Full Business Case.
- Review council services and assess their alignment to the council's Digital Strategy and Strategic Plan.
- Perform horizon scanning of digital solutions and technologies available in the market
- Identify how the council could operate differently to embed digital opportunities to progress and deliver on council strategies
- Provide organisational change management services
- Supporting the council in achieving business support and buy in for digital change
- Supporting the council to develop its current and future state Enterprise Architecture.
- Supporting the development of appropriate roadmaps that show the transition from the current state to future state for defined digital scope
- Support the council with procurement processes as required such as defining functional and non-functional requirements, preparing budget estimates and providing tender evaluation advice and guidance
- Provision of project and programme management services
- Supporting the council in tracking and monitoring benefits realised from projects and programmes
There is no guarantee of the level of business which may arise as a result of this framework. The following values are provided as an estimate only:
Lot 3– As a demand led agreement, to take account of digital advisory services (within the scope of digital services) which may be identified throughout the duration, a maximum value of up to 500,000 GBP (excl VAT) per annum has been used for the purposes of establishing Lot 3 of the framework agreement. The Council is under no obligation to spend any amount under this Framework Agreement.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 65
Quality criterion: Fair Work First
/ Weighting: 5
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for a period of up to 24 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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.
Lot No: 4
II.2.1) Title
Digital Advisory Services – Connected Services
II.2.2) Additional CPV code(s)
79000000
72222000
72222300
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow, UK
II.2.4) Description of the procurement
Glasgow City Council invites tenders for the provision of Digital Advisory Services – Connected Services. Connected Services include some of the more emergent technologies that can offer significant benefits to council services and the city overall. These include the Internet of Things, Artificial Intelligence and Big Data. Within Glasgow, intelligent street lighting is an example of where Connected Services have added “more control and efficiency to our lighting network while harnessing the power of real time data to improve both lighting and safety throughout the city”. Within the council environment services to develop and explore may include:
- Intelligent street lighting: Using sensors and IoT technology to adjust lighting based on real-time conditions to reduce energy consumption, lower costs and improve public safety.
- Big Data analytics: Leveraging big data to analyse patterns and trends such as traffic management and waste collection to help make informed decisions and optimise resource allocation.
- Smart Infrastructure: Projects such as multi-purpose street columns that support EV charging, air quality monitoring and public Wi-Fi.
To further develop these services the council requires the Digital Advisory Services – Connected Services Supplier to provide expert support and guidance services.
As such the scope of the digital advisory services which may be required under Lot 4 may include but not be limited to:
- Supporting the council to identify opportunities to exploit its investment in smart cities, 5G programmes, innovations in healthcare and data-driven innovations. This will include supporting engagement with industry, universities and the innovation ecosystem in Glasgow
- Supporting the council to support digital projects and programmes, including the Strategic Business Case, Outline Business Case, and Full Business Case
- Review council services and assess their alignment to the council's Digital Strategy and Strategic Plan.
- Performing horizon scanning of digital solutions and technologies available in the market to determine how they may support council strategies
- Identify how the council could operate differently to embed digital opportunities to progress and deliver on council strategies
- Provide organisational change management services
- Supporting the council in achieving business support and buy in for digital change. This may include, but is not limited to, carrying out process and functionality gap analysis, Total Cost of Ownership analysis, Business process redesign recommendations, Business change recommendations, and development of training and migration plans.
- Support procurement processes as required. This may include, but not be limited to defining functional and non-functional requirements, preparing budget estimates and providing tender evaluation advice and guidance
- Provision of project and programme management services
- Support the council in tracking and monitoring benefits realised from projects and programmes.
There is no guarantee of the level of business which may arise as a result of this framework. The following values are provided as an estimate only:
Lot 4 – As a demand led agreement, to take account of digital advisory services (within the scope of connected services) which may be identified throughout the duration, a maximum value of up to 500,000 GBP (excl VAT) per annum has been used for the purposes of establishing Lot 4 the framework agreement. The Council is under no obligation to spend any amount under this Framework Agreement.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 65
Quality criterion: Fair Work First
/ Weighting: 5
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for a period of up to 24 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not applicable
III.1.2) Economic and financial standing
List and brief description of selection criteria:
SPD Section 4B: Economic and Financial Standing
SPD Questions:
4B.4 - Financial Ratios
4B.5 - Insurance
4B.6 - Other economic or financial requirements
Minimum level(s) of standards required:
Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:-
There is a minimum financial requirement that affects Trading Performance, Liquidity and Balance Sheet strength.
4B.6 - Trading Performance
An overall positive outcome on pre-tax profits over a 3 year period. Exceptional items occurring in the normal course of business and non-recurring items can be excluded from calculation.
4B.4 - Liquidity Ratios
Current Ratio - Current Assets/Current Liabilities
Leverage Ratio - Long-term Debt/Net Worth
Bidders must achieve a score of 5 and above from a combination of the above two liquidity ratios. The scoring methodology for the two liquidity ratios is provided in the ITT.
Intangibles can be included for purposes of the Net Worth figure.
4B.4 - Balance Sheet Strength
Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process.
Intangibles can be included for purposes of the Total Assets figure.
The above would be expressed in the ratio Total Assets/Total Liabilities
The above ratios should be calculated on most recent accounts filed at Companies House.
For non-UK Companies, the ratios should be calculated on information contained in the most recent audited accounts.
Companies that are only required to file abbreviated accounts, must submit full sets of accounts for the last two individual years filed, in order for the three year profitability requirement to be verified.
Bidders who have been trading for less than 3 years must provide evidence that they have met the above minimum financial requirements for the period in during which they have been trading.
Bidders who do not comply with the above financial requirements, but are part of a Group, may be required to provide a Parent Guarantee (in the Council style) if the Parent company satisfies the financial requirements stipulated above.
Where the Bidder is a group of economic operators (such as a consortium), the Lead Party of that group must comply with minimum financial requirements.
The Council reserves the right at its own discretion to seek such other information from the Bidder in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder’s economic and financial standing.
Bidders who are subsequently appointed to the Framework shall, during the lifetime of the Framework Agreement, inform the Council immediately of any material changes to the information provided in their submission in relation to economic and financial standing.
4B.5 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below. These apply to all Lots:
- Bidder shall take out and maintain, throughout the period of the Framework, Employer’s Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000 GBP) in respect of any one event and unlimited in the period.
- Bidder shall take out and maintain, throughout the period of the Framework, Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and unlimited in the period.
- Bidder shall take out and maintain throughout the period of the Framework and for six years thereafter, Professional Indemnity insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and in the aggregate.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
SPD Section 4C: Technical and Professional ability
SPD Questions:
4C.1.2 - Relevant examples
4C.4 - Supply Chain Management/Tracking Systems Used
4C.7 – Environmental Management
4C.10 - Proportion (%) to be Sub-Contracted
Minimum level(s) of standards required:
SPD 4C.1.2 Statement - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
Please provide two relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice: (Examples from both public and or private sector customers and clients may be provided).
Please provide two examples that demonstrate your business and or relied upon sub-contractor (if applicable) experience in delivering similar services.
Your examples MUST be from the last three years and provide detailed information on the following areas:-
- customer
- contract value
- date and duration of services
- detailed description on the services delivered
A response document is provided for full details to be provided.
Bidders responses to 4C.1.2 shall be evaluated and each of the two examples provided must score a minimum of 60 in order to be considered a pass for this question. Any Bidder who fails to achieve the minimum score for each example will be disqualified.
The scoring methodology for question 4C.1.2 is described in the ITT.
SPD 4C.4 Statement If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
SPD 4C.7 Statement
Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond, including knowledge of their emissions sources and actions to address these. Accepted evidence includes but is not limited to:
- a completed copy of the Bidder ‘relevant contract’ Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions.
Guidance on how Bidder Climate Change Plans are evaluated is provided in the ITT.
SPD 4C.10 Statement - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Performance requirements related to this framework agreement can be found in the ITT.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 4
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/04/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
14/04/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Freedom of Information Act — Information on the FOI Act is contained in Appendix A of the ITT. Bidders must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI Certificate contained within Technical Envelope within tender portal (NB the council does not bind itself to withhold this information).
Tenderers Amendments — Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders will be required to complete the tenderers amendment certificate that is contained as an attachment within PCS-T.
Non–Collusion- Bidders will be required to complete the Non-Collusion certificate contained as an attachment within PCS-T.
Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier’s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. This is contained as an attachment within PCS-T.
Professional Integrity - Bidders will be required to answer questions related to professional integrity and to complete the Professional Integrity Certificate contained as an attachment within PCS-T.
Terms and Conditions are located within the attachments area of PCS-T.
Additional information pertaining to this contract notice is contained within the ITT documents. Bidders must ensure they read in line with this contract notice.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28330. 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 is seeking mandatory community benefits under this framework agreement. Community benefits outcomes will be based on spend thresholds. Full details can be found within the ITT documents.
Bidders must confirm that they will meet these obligations in full by completing the relevant areas within the Community Benefits Menu.
Bidders are also required to provide a supporting Methodology for each of the Themes they are offering from the Menu, detailing how the
Community Benefit outcomes will be delivered.
The Community Benefits Menu and Methodology template can be found within the attachments area of PCS-T.
(SC Ref:786447)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court & Justice of the Peace Court
PO BOX 23, 1 Carlton Place
Glasgow
G5 9DA
UK
E-mail: glasgow@scotcourts.gov.uk
VI.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.
VI.5) Date of dispatch of this notice
14/03/2025