Tender Details
Title
Provision of Winter Roads Forecasting (Tayside and North East Scotland) Dundee City Council Provision of Winter Roads Forecasting (Tayside and North East Scotland) Dundee City Council Provision of Winter Roads Forecasting (Tayside and North East Scotland)The Purchasers operate a weather maintenance program which relies on Winter Roads Weather Forecasting Bureau and Associated Services to be provided for their weather monitoring stations. This Contract will provide the Purchasers with a mechanism to make gritting decisions throughout the winter season. In turn, this allows the Purchasers to discharge their duties under the Roads (Scotland) Act 1984 and is considered an essential service that must be provided.The Bureau Services providers gathers data using loggers, then transfers info to Forecaster and Forecaster returns forecast to t... Reference no:MAY478506 Published by:Dundee City Council Published to:External Deadline date:19/06/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-045a9c Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-045a9cPublished by:Dundee City CouncilAuthority ID:AA21980Publication date:22 May 2024Deadline date:19 June 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract The Purchasers operate a weather maintenance program which relies on Winter Roads Weather Forecasting Bureau and Associated Services to be provided for their weather monitoring stations. This Contract will provide the Purchasers with a mechanism to make gritting decisions throughout the winter season. In turn, this allows the Purchasers to discharge their duties under the Roads (Scotland) Act 1984 and is considered an essential service that must be provided.The Bureau Services providers gathers data using loggers, then transfers info to Forecaster and Forecaster returns forecast to the Bureau Services provider. The Bureau Services provider shares the data/forecast info/alerts with the Purchasers via web application. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesDundee City CouncilDundee City Council, Procurement, Dundee House, Floor 4, 50 North Lindsay StreetDUNDEEDD1 1NZUK Contact person: Claire Petrie Telephone: +44 1382433417 E-mail: claire.petrie@dundeecity.gov.uk NUTS: UKM71Internet address(es) Main address: www.dundeecity.gov.uk Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220I.1) Name and addressesAngus CouncilAngus House, Orchardbank Business ParkForfarDD8 1ANUK Telephone: +44 3452777778 E-mail: procurement@angus.gov.uk NUTS: UKM71Internet address(es) Main address: http://www.angus.gov.uk/ Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00236I.1) Name and addressesPerth & Kinross Council2 High StreetPerthPH1 5PHUK Telephone: +44 1738475000 E-mail: contracts@pkc.gov.uk NUTS: UKM77Internet address(es) Main address: http://www.pkc.gov.uk Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372I.1) Name and addressesAberdeen City CouncilWoodhill House, Westburn RoadAberdeenAB16 5GBUK Telephone: +44 1467539600 E-mail: CPSSprocurement@aberdeencity.gov.uk NUTS: UKM50Internet address(es) Main address: http://www.aberdeencity.gov.uk Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00231I.1) Name and addressesAberdeenshire CouncilWoodhill House, Westburn RoadAberdeenAB16 5GBUK Telephone: +44 1467539600 E-mail: cpssprocurement@aberdeencity.gov.uk NUTS: UKM50Internet address(es) Main address: http://www.aberdeenshire.gov.uk Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00232I.1) Name and addressesMoray CouncilHigh StreetElginIV30 1BXUK Telephone: +44 1343563137 E-mail: procurement@moray.gov.uk NUTS: UKM62Internet address(es) Main address: http://www.moray.gov.uk Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160I.1) Name and addressesThe Highland CouncilGlenurquhart RoadInvernessIV3 5BXUK Contact person: Elizabeth Maciver Telephone: +44 1463702386 E-mail: Elizabeth.Maciver@highland.gov.uk NUTS: UKM6Internet address(es) Main address: http://katie.macaulay@highland.gov.uk Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045I.2) Joint procurementThe contract involves joint procurementI.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:www.publiccontractsscotland.gov.ukAdditional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:www.publiccontractsscotland.gov.ukI.4) Type of the contracting authorityRegional or local authorityI.5) Main activityGeneral public servicesSection II: ObjectII.1) Scope of the procurementII.1.1) TitleProvision of Winter Roads Forecasting (Tayside and North East Scotland) Reference number: DCC/CD/38/24II.1.2) Main CPV code71351600 II.1.3) Type of contractServicesII.1.4) Short descriptionThe Purchasers operate a weather maintenance program which relies on Winter Roads Weather Forecasting Bureau and Associated Services to be provided for their weather monitoring stations. This Contract will provide the Purchasers with a mechanism to make gritting decisions throughout the winter season. In turn, this allows the Purchasers to discharge their duties under the Roads (Scotland) Act 1984 and is considered an essential service that must be provided.The Bureau Services providers gathers data using loggers, then transfers info to Forecaster and Forecaster returns forecast to the Bureau Services provider. The Bureau Services provider shares the data/forecast info/alerts with the Purchasers via web application.II.1.5) Estimated total valueValue excluding VAT: 525 000.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)71351600II.2.3) Place of performanceNUTS code:UKM71II.2.4) Description of the procurementThe Purchasers operate a weather maintenance program which relies on Winter Roads Weather Forecasting Bureau and Associated Services to be provided for the Council’s their weather monitoring stations. This Contract will provide the Purchasers with a mechanism to make gritting decisions throughout the winter season. In turn, this allows the Purchasers to discharge their duties under the Roads (Scotland) Act 1984 and is considered an essential service that must be provided.The Bureau Services providers gathers data using loggers, then transfers info to Forecaster and Forecaster returns forecast to the Bureau Services provider. The Bureau Services provider shares the data/forecast info/alerts with the Purchasers via web application.II.2.5) Award criteriaCriteria below: Quality criterion: Producing Reports and the Content Required / Weighting: 15 Quality criterion: Template Reports / Weighting: 13 Quality criterion: Implementation Plan / Weighting: 10 Quality criterion: Resilience of the System / Weighting: 10 Quality criterion: Self Evaluation / Weighting: 10 Quality criterion: Training / Weighting: 8 Quality criterion: Community Benefits Through The Contract / Weighting: 2 Quality criterion: Fair Work First / Weighting: 2 Price / Weighting: 30II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start: 01/10/2024 End: 30/09/2027 This contract is subject to renewal: Yes Description of renewals:To be re-tendered for contract implementation 1 October 2027II.2.9) Information about the limits on the number of candidates to be invitedII.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 informationIII.1) Conditions for participationIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:The Purchasers require a robust ‘forecaster intervened’ Winter Roads Weather Forecasting service supplied by an established and recognised weather forecasting company with appropriate skills, experience and resource to undertake the exacting requirements of the Purchaser (as opposed to automated service content).The Forecasting Service Provider must have a proven track record in providing accurate Winter Roads Weather Forecasts for sites in a similar topographical area (Note: geographical area of Perth & Kinross, Dundee, Angus, Aberdeen City and Shire, Moray and Highland)All text should be specific to the Purchaser(s) geographic area and be produced by a qualified ‘roads’ meteorologist and not generated automatically from a computer.III.1.2) Economic and financial standingList and brief description of selection criteria:The Council will utilise Equifax Score check to assess the Economic and financial standing of organisations bidding for contracts.Tenderers (including all participants in a group) are required to have a Score check Score of 35 or above in order to demonstrate theirfinancial strength and stability.It is recommended that Tenderers review their own Score check score in advance of submitting a Tender Submission. Where the Tendererdoes not have a Score check score, or where the Tenderer does not consider that the Score check score reflects their current financial status;the Tenderer may give an explanation within the Tender Submission, together with any relevant supporting alternative evidence whichdemonstrates its financial strength/stability.Where the Tenderer is under no obligation to publish accounts and therefore does not have a Score check score, they must provide theiraudited financial accounts for the previous 2 years as part of their SPD Submission in order that the Council may assess these to determinethe suitability of the Tenderer to undertake a contract of this size.As an alternative to the above requirement but only for bidders who started trading less than 3 years prior to the return date for the Tenderresponse set out below, those bidders must demonstrate adequate financial capacity for the Contract by the following evidence:A business plan for a minimum 3-year trading period setting out projected annual average turnover;audited or unaudited (if the company has no legal audit requirement) accounts for any years trading to date, andletter of support for the bidder’s bank setting out the level of financial support available to the business from the bank and for how long thatis available.A bank letter of support should explain the amount and duration of financial support made available to the business by the bank and whatinformation, such as a business plan for the period 01/04/2024 – 31/03/2027, was considered by the bank in deciding to make that supportavailable. These are matters of fact not opinion so should be able to be given by any bank on the authority of their customer. It must beunderstood, however, that the sufficiency or otherwise of the bank letter can only be judged after submission and assessment of allQuestionnaire responses so the provision of as much information as possible is encouraged.All of this information must be in terms entirely satisfactory to the Purchasing Authority. We reserve the right (but are not obliged) to seekadditional clarification and/or supporting information from or about the bidder to satisfy us in this regard, for example, a bank reference.Where a Tenderer does not meet the minimum financial requirements in its own right and wishes to rely on the financial standing of aparent company, Tenderers should provide a statement that they commit to obtaining a parent company guarantee in the form attached inthe Standard Documents Parent Company Guarantee.Where a consortium bid is received, the Score check score of each consortium member shall be assessed and each must achieve a Scorecheck score of 35 or above.Where a sub-contractor material to the performance of the Contract or where the Tenderer intends to sub-contract more than 25% of anycontract value to a single sub-contractor, the Tenderer may be required to confirm that the sub-contractor(s) has a Score check score of 35or above The Council reserves the right to request one copy of all sub-contractor last 3 financial years' audited accounts and details ofsignificant changes since the last financial year end.Minimum level(s) of standards required:The Supplier shall have in force and shall require any sub-contractor to have in force:(a) employer's liability insurance in accordance with any legal requirements for the time being in force but covering at least all employers’ liability matters which are the subject of indemnities or compensation obligations under these Conditions in the sum of not less than 10 million GBP for any one incident, unless otherwise agreed by the Purchaser in writing, and(b) public liability insurance for such sum and range of cover as the Supplier deems to be appropriate but covering at least all matters which are the subject of indemnities or compensation obligations under these Conditions in the sum of not less than 10 million GBP for any one incident and unlimited in total, unless otherwise agreed by the Purchaser in writing.(c) professional indemnity insurance for such sums and range of cover as the Supplier deems to be appropriate but covering at least all the professional indemnity matters which are the subject of indemnities or compensation obligations under these Conditions in the sum of not less than 5 million GBP for any one incident, unless otherwise agreed by the Purchaser in writingPublic and Products insurance for each sum and range of cover as the Supplier deems to be appropriate but covering at least all matters which are the subject of indemnities or compensation obligations under these Conditions in the sum of not less than 5 million GBP for any one incident and unlimited in total, unless otherwise agreed by the Purchaser in writing.III.1.3) Technical and professional abilityList and brief description of selection criteria:The Purchasers require a robust ‘forecaster intervened’ Winter Roads Weather Forecasting service supplied by an established and recognised weather forecasting company with appropriate skills, experience and resource to undertake the exacting requirements of the Purchaser (as opposed to automated service content).The Forecasting Service Provider must have a proven track record in providing accurate Winter Roads Weather Forecasts for sites in a similar topographical area (Note: geographical area of Perth & Kinross, Dundee, Angus, Aberdeen City and Shire, Moray and Highland)All text should be specific to the Purchaser(s) geographic area and be produced by a qualified ‘roads’ meteorologist and not generated automatically from a computer.III.2) Conditions related to the contractIII.2.2) Contract performance conditionsStaff (including sub-contractor staff) directly involved in the delivery of the Contract, must be paid at least the real Living Wage.The Scottish Public Sector considers the payment of the real Living Wage to be a significant indicator of an employer's commitment to fair work practices and that payment of the real Living Wage is one of the clearest ways an employer can demonstrate that it takes a positive approach to its workforce.The real Living Wage is a rate of pay which applies to all employees aged 18 and above and is sufficient to ensure that the recipient may enjoy an acceptable standard of living. There are two rates of the real Living Wage: the UK wide rate and the London rate. The rates are announced annually by the Living Wage Foundation.Section IV: ProcedureIV.1) DescriptionIV.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 informationIV.2.2) Time limit for receipt of tenders or requests to participate Date: 19/06/2024 Local time: 12:00IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 3 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Date: 19/06/2024 Local time: 12:00Place:Electronic PostboxInformation about authorised persons and opening procedure:Procurement Category OfficerSection VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: Yes Estimated timing for further notices to be published:May 2027VI.2) Information about electronic workflowsElectronic ordering will be usedElectronic invoicing will be acceptedElectronic payment will be usedVI.3) Additional informationThe Contract Awarding process will only be undertaken where firm commitment to proceed has been given by 4 out of the 7 Participating Partners.The Forecaster must do both types of Forecasting (Domain based and Route Based).Tender Clarification (a session online) for Bidders can be held during the tender open period if there is demand for this. The Session will be noted and the note published in the Additional Information Section of this Notice. Tenderers must advise by 7 June 2024. Contact Named Contract mentioned at the Start of This Notice. Claire.Petrie@dundeecity.gov.uk.Full details of the Evaluation Criteria is contained in the ITT documentation. (which can be found in the Additional Documents Section of this Notice).NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=766441.The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.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:It will become a contract requirement for contractors to deliver Community Benefit activities over the duration of this contract.Tenderers will require to confirm their commitment and provide details of the types of Community Benefits which will deliver the local community (of the Councils) in relation to this contract.(SC Ref:766441)Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=766441VI.4) Procedures for reviewVI.4.1) Review bodyDundee Sherriff Court and Justice of the Peace CourtSherriff Court House, 6 West Bell StreetDundeeDD1 9ADUKInternet address(es) URL: www.scotcourts.gov.ukVI.4.4) Service from which information about the review procedure may be obtainedScottish Courts ServiceSaughton House, Broomhouse DriveEdinburghEH11 3XDUK Telephone: +44 1314443300 E-mail: enquiries@scotscourts.gov.ukVI.5) Date of dispatch of this notice20/05/2024 Coding Commodity categories ID Title Parent category 71351600Weather-forecasting servicesGeological, geophysical and other scientific prospecting services Delivery locations ID Description 100UK - All Alert region restrictions The buyer has restricted the alert for this notice to suppliers based in the following regions. ID Description There are no alert restrictions for this notice. About the buyer Main contact:claire.petrie@dundeecity.gov.ukAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.
Country
Language
English
Organization
Published Date
21.05.2024
Deadline Date
19.06.2024
Overview
Provision of Winter Roads Forecasting (Tayside and North East Scotland) Dundee City Council Provision of Winter Roads Forecasting (Tayside and North East Scotland)The Purchasers operate a weather maintenance program which relies on Winter Roads Weather Forecasting Bureau and Associated Services to be provided for their weather monitoring stations. This Contract will provide the Purchasers with a mechanism to make gritting decisions throughout the winter season. In turn, this allows the Purchasers to discharge their duties under the Roads (Scotland) Act 1984 and is considered an essential service that must be provided.The Bureau Services providers gathers data using loggers, then transfers info to Forecaster and Forecaster returns forecast to t... Reference no:MAY478506 Published by:Dundee City Council Published to:External Deadline date:19/06/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-045a9c Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-045a9cPublished by:Dundee City CouncilAuthority ID:AA21980Publication date:22 May 2024Deadline date:19 June 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract The Purchasers operate a weather maintenance program which relies on Winter Roads Weather Forecasting Bureau and Associated Services to be provided for their weather monitoring stations. This Contract will provide the Purchasers with a mechanism to make gritting decisions throughout the winter season. In turn, this allows the Purchasers to discharge their duties under the Roads (Scotland) Act 1984 and is considered an essential service that must be provided.The Bureau Services providers gathers data using loggers, then transfers info to Forecaster and Forecaster returns forecast to the Bureau Services provider. The Bureau Services provider shares the data/forecast info/alerts with the Purchasers via web application. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesDundee City CouncilDundee City Council, Procurement, Dundee House, Floor 4, 50 North Lindsay StreetDUNDEEDD1 1NZUK Contact person: Claire Petrie Telephone: +44 1382433417 E-mail: claire.petrie@dundeecity.gov.uk NUTS: UKM71Internet address(es) Main address: www.dundeecity.gov.uk Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220I.1) Name and addressesAngus CouncilAngus House, Orchardbank Business ParkForfarDD8 1ANUK Telephone: +44 3452777778 E-mail: procurement@angus.gov.uk NUTS: UKM71Internet address(es) Main address: http://www.angus.gov.uk/ Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00236I.1) Name and addressesPerth & Kinross Council2 High StreetPerthPH1 5PHUK Telephone: +44 1738475000 E-mail: contracts@pkc.gov.uk NUTS: UKM77Internet address(es) Main address: http://www.pkc.gov.uk Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372I.1) Name and addressesAberdeen City CouncilWoodhill House, Westburn RoadAberdeenAB16 5GBUK Telephone: +44 1467539600 E-mail: CPSSprocurement@aberdeencity.gov.uk NUTS: UKM50Internet address(es) Main address: http://www.aberdeencity.gov.uk Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00231I.1) Name and addressesAberdeenshire CouncilWoodhill House, Westburn RoadAberdeenAB16 5GBUK Telephone: +44 1467539600 E-mail: cpssprocurement@aberdeencity.gov.uk NUTS: UKM50Internet address(es) Main address: http://www.aberdeenshire.gov.uk Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00232I.1) Name and addressesMoray CouncilHigh StreetElginIV30 1BXUK Telephone: +44 1343563137 E-mail: procurement@moray.gov.uk NUTS: UKM62Internet address(es) Main address: http://www.moray.gov.uk Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160I.1) Name and addressesThe Highland CouncilGlenurquhart RoadInvernessIV3 5BXUK Contact person: Elizabeth Maciver Telephone: +44 1463702386 E-mail: Elizabeth.Maciver@highland.gov.uk NUTS: UKM6Internet address(es) Main address: http://katie.macaulay@highland.gov.uk Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045I.2) Joint procurementThe contract involves joint procurementI.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:www.publiccontractsscotland.gov.ukAdditional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:www.publiccontractsscotland.gov.ukI.4) Type of the contracting authorityRegional or local authorityI.5) Main activityGeneral public servicesSection II: ObjectII.1) Scope of the procurementII.1.1) TitleProvision of Winter Roads Forecasting (Tayside and North East Scotland) Reference number: DCC/CD/38/24II.1.2) Main CPV code71351600 II.1.3) Type of contractServicesII.1.4) Short descriptionThe Purchasers operate a weather maintenance program which relies on Winter Roads Weather Forecasting Bureau and Associated Services to be provided for their weather monitoring stations. This Contract will provide the Purchasers with a mechanism to make gritting decisions throughout the winter season. In turn, this allows the Purchasers to discharge their duties under the Roads (Scotland) Act 1984 and is considered an essential service that must be provided.The Bureau Services providers gathers data using loggers, then transfers info to Forecaster and Forecaster returns forecast to the Bureau Services provider. The Bureau Services provider shares the data/forecast info/alerts with the Purchasers via web application.II.1.5) Estimated total valueValue excluding VAT: 525 000.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)71351600II.2.3) Place of performanceNUTS code:UKM71II.2.4) Description of the procurementThe Purchasers operate a weather maintenance program which relies on Winter Roads Weather Forecasting Bureau and Associated Services to be provided for the Council’s their weather monitoring stations. This Contract will provide the Purchasers with a mechanism to make gritting decisions throughout the winter season. In turn, this allows the Purchasers to discharge their duties under the Roads (Scotland) Act 1984 and is considered an essential service that must be provided.The Bureau Services providers gathers data using loggers, then transfers info to Forecaster and Forecaster returns forecast to the Bureau Services provider. The Bureau Services provider shares the data/forecast info/alerts with the Purchasers via web application.II.2.5) Award criteriaCriteria below: Quality criterion: Producing Reports and the Content Required / Weighting: 15 Quality criterion: Template Reports / Weighting: 13 Quality criterion: Implementation Plan / Weighting: 10 Quality criterion: Resilience of the System / Weighting: 10 Quality criterion: Self Evaluation / Weighting: 10 Quality criterion: Training / Weighting: 8 Quality criterion: Community Benefits Through The Contract / Weighting: 2 Quality criterion: Fair Work First / Weighting: 2 Price / Weighting: 30II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start: 01/10/2024 End: 30/09/2027 This contract is subject to renewal: Yes Description of renewals:To be re-tendered for contract implementation 1 October 2027II.2.9) Information about the limits on the number of candidates to be invitedII.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 informationIII.1) Conditions for participationIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:The Purchasers require a robust ‘forecaster intervened’ Winter Roads Weather Forecasting service supplied by an established and recognised weather forecasting company with appropriate skills, experience and resource to undertake the exacting requirements of the Purchaser (as opposed to automated service content).The Forecasting Service Provider must have a proven track record in providing accurate Winter Roads Weather Forecasts for sites in a similar topographical area (Note: geographical area of Perth & Kinross, Dundee, Angus, Aberdeen City and Shire, Moray and Highland)All text should be specific to the Purchaser(s) geographic area and be produced by a qualified ‘roads’ meteorologist and not generated automatically from a computer.III.1.2) Economic and financial standingList and brief description of selection criteria:The Council will utilise Equifax Score check to assess the Economic and financial standing of organisations bidding for contracts.Tenderers (including all participants in a group) are required to have a Score check Score of 35 or above in order to demonstrate theirfinancial strength and stability.It is recommended that Tenderers review their own Score check score in advance of submitting a Tender Submission. Where the Tendererdoes not have a Score check score, or where the Tenderer does not consider that the Score check score reflects their current financial status;the Tenderer may give an explanation within the Tender Submission, together with any relevant supporting alternative evidence whichdemonstrates its financial strength/stability.Where the Tenderer is under no obligation to publish accounts and therefore does not have a Score check score, they must provide theiraudited financial accounts for the previous 2 years as part of their SPD Submission in order that the Council may assess these to determinethe suitability of the Tenderer to undertake a contract of this size.As an alternative to the above requirement but only for bidders who started trading less than 3 years prior to the return date for the Tenderresponse set out below, those bidders must demonstrate adequate financial capacity for the Contract by the following evidence:A business plan for a minimum 3-year trading period setting out projected annual average turnover;audited or unaudited (if the company has no legal audit requirement) accounts for any years trading to date, andletter of support for the bidder’s bank setting out the level of financial support available to the business from the bank and for how long thatis available.A bank letter of support should explain the amount and duration of financial support made available to the business by the bank and whatinformation, such as a business plan for the period 01/04/2024 – 31/03/2027, was considered by the bank in deciding to make that supportavailable. These are matters of fact not opinion so should be able to be given by any bank on the authority of their customer. It must beunderstood, however, that the sufficiency or otherwise of the bank letter can only be judged after submission and assessment of allQuestionnaire responses so the provision of as much information as possible is encouraged.All of this information must be in terms entirely satisfactory to the Purchasing Authority. We reserve the right (but are not obliged) to seekadditional clarification and/or supporting information from or about the bidder to satisfy us in this regard, for example, a bank reference.Where a Tenderer does not meet the minimum financial requirements in its own right and wishes to rely on the financial standing of aparent company, Tenderers should provide a statement that they commit to obtaining a parent company guarantee in the form attached inthe Standard Documents Parent Company Guarantee.Where a consortium bid is received, the Score check score of each consortium member shall be assessed and each must achieve a Scorecheck score of 35 or above.Where a sub-contractor material to the performance of the Contract or where the Tenderer intends to sub-contract more than 25% of anycontract value to a single sub-contractor, the Tenderer may be required to confirm that the sub-contractor(s) has a Score check score of 35or above The Council reserves the right to request one copy of all sub-contractor last 3 financial years' audited accounts and details ofsignificant changes since the last financial year end.Minimum level(s) of standards required:The Supplier shall have in force and shall require any sub-contractor to have in force:(a) employer's liability insurance in accordance with any legal requirements for the time being in force but covering at least all employers’ liability matters which are the subject of indemnities or compensation obligations under these Conditions in the sum of not less than 10 million GBP for any one incident, unless otherwise agreed by the Purchaser in writing, and(b) public liability insurance for such sum and range of cover as the Supplier deems to be appropriate but covering at least all matters which are the subject of indemnities or compensation obligations under these Conditions in the sum of not less than 10 million GBP for any one incident and unlimited in total, unless otherwise agreed by the Purchaser in writing.(c) professional indemnity insurance for such sums and range of cover as the Supplier deems to be appropriate but covering at least all the professional indemnity matters which are the subject of indemnities or compensation obligations under these Conditions in the sum of not less than 5 million GBP for any one incident, unless otherwise agreed by the Purchaser in writingPublic and Products insurance for each sum and range of cover as the Supplier deems to be appropriate but covering at least all matters which are the subject of indemnities or compensation obligations under these Conditions in the sum of not less than 5 million GBP for any one incident and unlimited in total, unless otherwise agreed by the Purchaser in writing.III.1.3) Technical and professional abilityList and brief description of selection criteria:The Purchasers require a robust ‘forecaster intervened’ Winter Roads Weather Forecasting service supplied by an established and recognised weather forecasting company with appropriate skills, experience and resource to undertake the exacting requirements of the Purchaser (as opposed to automated service content).The Forecasting Service Provider must have a proven track record in providing accurate Winter Roads Weather Forecasts for sites in a similar topographical area (Note: geographical area of Perth & Kinross, Dundee, Angus, Aberdeen City and Shire, Moray and Highland)All text should be specific to the Purchaser(s) geographic area and be produced by a qualified ‘roads’ meteorologist and not generated automatically from a computer.III.2) Conditions related to the contractIII.2.2) Contract performance conditionsStaff (including sub-contractor staff) directly involved in the delivery of the Contract, must be paid at least the real Living Wage.The Scottish Public Sector considers the payment of the real Living Wage to be a significant indicator of an employer's commitment to fair work practices and that payment of the real Living Wage is one of the clearest ways an employer can demonstrate that it takes a positive approach to its workforce.The real Living Wage is a rate of pay which applies to all employees aged 18 and above and is sufficient to ensure that the recipient may enjoy an acceptable standard of living. There are two rates of the real Living Wage: the UK wide rate and the London rate. The rates are announced annually by the Living Wage Foundation.Section IV: ProcedureIV.1) DescriptionIV.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 informationIV.2.2) Time limit for receipt of tenders or requests to participate Date: 19/06/2024 Local time: 12:00IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 3 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Date: 19/06/2024 Local time: 12:00Place:Electronic PostboxInformation about authorised persons and opening procedure:Procurement Category OfficerSection VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: Yes Estimated timing for further notices to be published:May 2027VI.2) Information about electronic workflowsElectronic ordering will be usedElectronic invoicing will be acceptedElectronic payment will be usedVI.3) Additional informationThe Contract Awarding process will only be undertaken where firm commitment to proceed has been given by 4 out of the 7 Participating Partners.The Forecaster must do both types of Forecasting (Domain based and Route Based).Tender Clarification (a session online) for Bidders can be held during the tender open period if there is demand for this. The Session will be noted and the note published in the Additional Information Section of this Notice. Tenderers must advise by 7 June 2024. Contact Named Contract mentioned at the Start of This Notice. Claire.Petrie@dundeecity.gov.uk.Full details of the Evaluation Criteria is contained in the ITT documentation. (which can be found in the Additional Documents Section of this Notice).NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=766441.The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.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:It will become a contract requirement for contractors to deliver Community Benefit activities over the duration of this contract.Tenderers will require to confirm their commitment and provide details of the types of Community Benefits which will deliver the local community (of the Councils) in relation to this contract.(SC Ref:766441)Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=766441VI.4) Procedures for reviewVI.4.1) Review bodyDundee Sherriff Court and Justice of the Peace CourtSherriff Court House, 6 West Bell StreetDundeeDD1 9ADUKInternet address(es) URL: www.scotcourts.gov.ukVI.4.4) Service from which information about the review procedure may be obtainedScottish Courts ServiceSaughton House, Broomhouse DriveEdinburghEH11 3XDUK Telephone: +44 1314443300 E-mail: enquiries@scotscourts.gov.ukVI.5) Date of dispatch of this notice20/05/2024 Coding Commodity categories ID Title Parent category 71351600Weather-forecasting servicesGeological, geophysical and other scientific prospecting services Delivery locations ID Description 100UK - All Alert region restrictions The buyer has restricted the alert for this notice to suppliers based in the following regions. ID Description There are no alert restrictions for this notice. About the buyer Main contact:claire.petrie@dundeecity.gov.ukAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.
NAICS
Business All Other Professional Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Other Foundation Other Foundation Religious Financial Transactions Processing Justice Other Professional Turned Product and Screw Other Justice Courts Courts Financial Transactions Processing Foundation Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Professional Process Funds
CPVS
Earthmoving and excavating machinery, and associated parts Foundation work Profiles Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... System, storage and content management software package Mains Nuts Sections Construction, foundation and surface works for highways, roads Bells Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Carbon Frames Training, workout or aerobic services Records Other community, social and personal services Templates Supports Foundation work for highways, roads, streets and footpaths Construction work for highways, roads System, storage and content management software development services Forms Vats Installation services of equipment for measuring, checking, testing and navigating Transfers Monitors Other services Seats, chairs and related products, and associated parts Electronic, electromechanical and electrotechnical supplies Dates
UNSPSC
Profiles House Nuts Templates Awards Bells Business cases Liability insurance Single room Case making services Professional indemnity insurance Financial Instruments, Products, Contracts and Agreements Jacket, Winter Training, Technical: Crew Resource Management, Emergency Procedures, Dangerous Goods
Regions
Europe Northern Europe
Sectors
Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Bridges and Tunnels Banking-Finance-Insurance Postal and Courier Services Roads and Highways-Bridge Infrastructure Printing and Publishing Services Railways-Rail-Railroad Education and Training Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Electronics Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert