Consultancy Support for SCOTS Roads Asset Management Project - Phase 4

Award

Value

£712,450

Suppliers

Classifications

  • Highways consultancy services
  • Civil engineering consultancy services
  • General management consultancy services
  • Business analysis consultancy services
  • Technical analysis or consultancy services

Tags

  • award
  • contract

Published

2 years ago

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.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Provision of Internal Audit and Advisory Services (Cross Council Assurance Services)

The London Borough of Barnet wishes to commission the provision of Internal Audit and Advisory services by establishing a framework agreement under two lots. The Council is seeking multiple service providers (Suppliers) to establish two (2) multiple provider lots under a framework agreement on its behalf for an initial three (3) year period from 1 April 2026 to 31 March 2029 with the option to extend for a further five (5) years to 31 March 2034, subject to budget constraints and performance. This framework is intended to operate as an open framework. At the end of the initial three-year period (March 2029), the Authority will conduct a review of supplier engagement through the framework. This review will consider both pricing and performance to determine whether the framework should be opened to extension and enable additional supplier entrants. The criteria and trigger for opening the framework will be developed in consultation with the Authority’s Legal team and Procurement service. This will be communicated to all qualified suppliers on the framework in advance of the review and will be subject to release of appropriate Find a Tender Service notice. Full detail of this requirement including known risk are identified in the tender documents which can be access from https://londonbarnet.delta-esourcing.com/ The Framework is available to Public funded organisations: local authorities https://www.gov.uk/find-local-council Mayoral Combined Authorities Combined authorities | Local Government Association Greater London Authority Group https://www.london.gov.uk/ London Fire & Emergency Planning Authority https://www.london-fire.gov.uk/ Transport for London https://tfl.gov.uk/ Mayor's Office for Policing and Crime https://www.london.gov.uk/programmes-strategies/mayors-office-policing-and-crime-mopac London Legacy Development Corporation https://www.queenelizabetholympicpark.co.uk/legacy-corporation GLA Family London & Partners https://www.londonandpartners.com/ London TravelWatch https://www.londontravelwatch.org.uk/ London Pensions Fund Authority https://www.lpfa.org.uk/ London Waste & Recycling Board https://relondon.gov.uk/about-us Museum of London https://www.londonmuseum.org.uk/ His Majesty's Inspectorate of Constabulary & Fire & Rescue Services Health Authorities Councils Boards, Trusts NHS England, NHS provider directory Registered list of social housing List of registered providers - 16 May 2025 accessible version-GOV.UK Tenant Management Organisations https://nftmo.com/about-the-nftmo/membership-2024/ Arm's Length Management Organisations https://www.almos.org.uk/about-us/our-members/ Higher Education Universities and higher education - GOV.UK Charities https://register-of-charities.charitycommission.gov.uk/en/ For more information about this opportunity, please visit the Delta eSourcing portal at: https://londonbarnet.delta-esourcing.com/tenders/UK-UK-Colindale:-Business-analysis-consultancy-services./F55Q57G779 To respond to this opportunity, please click here: https://londonbarnet.delta-esourcing.com/respond/F55Q57G779

Katy Reed

Published 16 hours ago
Open

Minor and Major Highways Works Framework

This is notification of an upcoming opportunity, in which Slough Borough Council intends to undertake a procurement exercise aimed at setting up a Framework to procure the services of contractors to undertake emergency maintenance, site investigations, minor & major highways and transport works It is anticipated that framework will comprise of 5 lots as follows ( which are subject to change before tender is issue) 1) Lot 1 - Minor Works Construction Project - value range £500,000.00 per contract 2) Lot 2 - Minor Works Construction Projects - value ranges £500,000.00 to £2,000,000.00 per contract 3) Lot 3 - Major Construction Projects - value ranges £2,000,000.00 to £10,000,000.00 per contract 4) Lot 4 - Re-active maintenance works up to the value of £100,000.00 per contract Sublots under Lot 4 are Lot 4a – Adjustment of iron work Lot 4b – Bridge Inspections Lot 4c – Carriageway patching works Lot 4d – Drainage cleansing & CCTV Management Lot 4e – Site Investigations Lot 4f -Supply of Traffic Management Lot 4g – Road Markings Lot 4h – Traffic Sign supply & installation 5) Lot 5 - Carriageway Resurfacing Works up to the value of £1,000,000.00 per contract Each lot will list a number of contractors whose services are to be procured to deliver these works via mini competitions or Direct Awards, and call off contracts are to be awarded using Engineering Construction Contracts (ECC) NEC4 Option A or B Contract duration will be for a period of 3 years, with option to extend it for a further 2 year, on an annual basis of 1 + 1 Indicative Procurement Timelines are Issue of Tender Documents & Tender Notice - By the end of October 2025 Tender Return - January 2026 Anticipated Contract Award Notice – May 2026

Katy Reed

Published 5 days ago
Open

Office for Product Safety and Standards (OPSS) - Product Testing Framework

The Office for Product Safety and Standards (OPSS), part of the Department of Business and Trade (DBT) is developing a procurement opportunity relating to various categories of product testing to verify compliance with applicable regulations and standards. DBT intend to award an Open Framework across multiple lots. At this stage, DBT can confirm the lotting structure in detail, and the lots will cover testing under the National Regulation Enforcement Services that the Office for Product Safety and Standards are responsible for. At this stage, DBT can confirm the lotting structure in detail and that the procurement will involve lots that will cover product testing services to support our role as the UK’s National Regulator. These procurements will underpin regulatory enforcement and market surveillance across the full breadth of OPSS’s responsibilities. The testing requirements will cover: • Construction product testing: Including fire resistance and reaction to fire, structural integrity, thermal and acoustic performance, weather-tightness, durability, glazing, and flooring/roofing assessments. • Product safety testing: Covering a wide range of consumer goods such as electrical equipment, gas appliances, toys, furniture, personal protective equipment (PPE), batteries, pressure equipment, and similar regulated products. • Energy efficiency and noise testing: Including compliance verification for energy labelling, Ecodesign standards, and noise emissions from equipment and appliances. • Chemical, biochemical, and microbiological testing: Encompassing analysis of cosmetics, timber, textiles, jewellery, plastics, and other consumer products for restricted substances (e.g., RoHS), migration/emissions, and microbiological safety. • Cybersecurity and digital compliance testing: Addressing requirements for connected products, including assessment against Product Security and Telecommunications Infrastructure (PSTI) regulations, smart device security and compliance with relevant standards. These testing services are essential for OPSS’s proactive and reactive enforcement activities, supporting consumer safety, regulatory compliance, and market confidence. Suppliers are encouraged to maintain readiness for the broad range of testing disciplines outlined above and within this notice. DBT will utilise the new Open Framework permissions permitted by The Procurement Act 2023. It is perceived that the framework will be opened at least once in the first 3 years of up to an 8-year framework. The value of the opportunity across 8 years is estimated at £43,000,000 ex VAT. The full specification shall be provided within the tender documents, and the intention of this notice is to further inform suppliers of DBT's intention to publish this opportunity which is expected to go live in October 2025. It should be noted that DBT makes no commitment to procure these services and may decide not to progress any further following engagement with the market. DBT reserves the right to change any information contained within this notice at any time, and potential suppliers rely upon any information provided entirely at their own risk. Background The Office for Product Safety and Standards (OPSS) is part of The Department for Business and Trade (DBT) and was created in January 2018 to deliver consumer protection and to support business confidence, productivity, and growth. OPSS regulate a wide range of products with a focus on their safety and integrity. OPSS works with local, national, and international regulators, with consumer representatives and with businesses to deliver effective protections and to support compliance. OPSS' mission is to be a trusted product regulator for the UK. This means protecting people and places, enabling business to thrive and empowering consumers to make good choices. OPSS will be a leader of good regulatory practice and a champion of local regulation. OPSS is: • the national regulator for most consumer products, excluding vehicles, medicines, food, and certain other specialist categories. • the national regulator for legal metrology, ensuring weighing and measuring instruments used for trade are accurate and reliable. • the National Regulator for Construction Products (NRCP), responsible for ensuring construction products placed on the market meet regulatory requirements. • the enforcement authority for a range of product regulations on behalf of other government departments. Suppliers are strongly encouraged to read the text at the following link to gain a full understanding of the role of the enforcement services within Government: https://www.gov.uk/guidance/national-regulation-enforcement-services

Katy Reed

Published 6 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete