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

3 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Bypass the hassle of outdated portals.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

CEFAS25-97 Request for Quotation for the provision of Hydrographic Expertise

The BEEMS (British Energy Estuarine and Marine Studies) programme is funded by NNB Generation Company (HPC) Limited and Sizewell C Limited. Through this programme, Cefas provide authoritative scientific information on the marine and transitional waters in the vicinity of potential nuclear new build (NNB) power stations and require a competent Supplier to deliver the element described below. Within the BEEMS programme, Cefas routinely manage, review, analyse and report on hydrographic surveys conducted by third parties to meet regulatory marine environmental monitoring requirements. Surveys serve a range of purposes within the marine environmental monitoring programmes for Sizewell C (SZC) and Hinkley Point C (HPC) power stations. This includes bathymetric multibeam echosounder (MBES) surveys to examine: • Geomorphological change of nearshore bars and sandbanks (including validation of remote x-band radar measurements of these features). • Seabed change in dredging areas and dredge disposal sites. • Scour around seabed infrastructure. Requirement: The Supplier will provide hydrographic services; covering specialist technical review and quality assurance of nearshore hydrographic survey data. Surveys are conducted by third parties as part of the marine environmental monitoring programmes for HPC and SZC NNB power stations. The work will be ongoing in nature, with an expected increase in survey activity in 2026. The projects are in varying stages of planning and as such, the Supplier could be required to take on work at any point in the project lifecycle. A kick off meeting will be held to discuss and agree the anticipated work requirement for each project. The survey schedule is subject to change in accordance with weather, construction schedules and regulatory requirements. For SZC, surveys are expected to be at least quarterly throughout 2026 and likely to be similar in future years. For HPC there is no defined survey plan, but it is important that the Supplier can provide the required support as and when required. Full details of the requirement can be found in the Bidder Pack. Contract Details Due to the nature of the work and the tight regulatory deadlines required to be met, the tendering process seeks to determine the Most Advantageous Tender (MAT) to award a Core Contract and up to 2 (two) Call-Off Contracts. The Supplier awarded the Core Contract will be contracted with the intention to deliver all Contract requirements for the duration of the Contract and any possible extensions. The Buyer also intends to award up to 2 (two) additional Call-Off Contracts to the Tenderers ranked in the next 2 (two) positions (2nd and 3rd) below the Most Advantageous Tender. A Call-Off Contract will be used only in circumstances where the Core Contracted Supplier cannot provide the services. The Call-Off Contracted Suppliers will be approached in order of their ranked position (2nd, 3rd) from the evaluation process, to request provision of the required services. The Core Contract will be awarded on a call-off basis, up to a maximum value of £100,000 including VAT. Actual value is dependent on the work required. The additional Call-Off Contracts will be awarded based on no committed value or volume of work. Suppliers should understand that the Buyer may not award any work under the Call-Off Contract. As the requirement is for work related to two different customers and sites, under the BEEMS programme, two sets of Terms and Conditions are applicable, and the Supplier is required to sign both Contracts. For all work completed in relation to Sizewell C, the CEFAS25-97 BEEMS Sizewell C Short Form Contract Below Threshold will apply and for all work related to Hinkley Point C, CEFAS25-97 BEEMS Hinkley Point Short Form Contract Below Threshold will apply.

Katy Reed

Published 3 hours 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