Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
UK
Contact person: David Hart
Telephone: +44 1412872000
E-mail: david.hart@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.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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
Meter Operator, Data Collection and Data Aggregation Services
Reference number: GCC005813CPU
II.1.2) Main CPV code
71314200
II.1.3) Type of contract
Services
II.1.4) Short description
Glasgow City Council is seeking to appoint a single supplier to provide meter operator, data collection and data aggregation services.
II.1.5) Estimated total value
Value excluding VAT:
900 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
38550000
38551000
38554000
50411200
50411300
65500000
72314000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow City
II.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)
II.2.5) Award criteria
Criteria below:
Quality criterion: Ownership of Glasgow City Council Portfolio
/ Weighting: 7%
Quality criterion: Account Contacts
/ Weighting: 7%
Quality criterion: Complex Site Arrangements
/ Weighting: 5%
Quality criterion: End of Life Meters
/ Weighting: 6%
Quality criterion: Data Format
/ Weighting: 15%
Quality criterion: Data Collection and Aggregation Process
/ Weighting: 15%
Quality criterion: Sustainability
/ Weighting: 10%
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: 60
This contract is subject to renewal: Yes
Description of renewals:
Option to extend the contract for 3 periods of up to 12 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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
02/10/2023
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:
02/10/2023
Local time: 12:00
Place:
Glasgow City Chambers
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Accounting for potential extensions - July 2031
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
PO Box 23, 1 Carlton Place
Glasgow
G5 9DA
UK
E-mail: glasgow@scotcourts.gov.uk
Internet address(es)
URL: https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court
VI.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.
VI.5) Date of dispatch of this notice
01/09/2023