Award

MFA for Transport and Land-Use Modelling, Appraisal and Transport Planning Services (2021-2024/5)

TRANSPORT SCOTLAND

This public procurement record has 5 releases in its history.

Award

25 Oct 2022 at 14:25

Award

28 Jun 2022 at 15:55

Award

06 Apr 2022 at 11:21

Tender

21 May 2021 at 16:14

Planning

20 Apr 2021 at 08:44

Summary of the contracting process

Transport Scotland, on behalf of the Scottish Ministers, has completed a procurement competition for a Multi-Supplier Framework Agreement for the provision of Transport and Land-Use Modelling, Appraisal, and Planning services. The framework covers 3 years with a 1-year extension option and includes the following lots: Development, Update and Application of Transport Models; Advice on the Case for Transport Investment; Development, Update and Application of Economic and Land-Use Models; and Transport Planning Advice. The contract has been awarded and signed on 23rd May 2022, with a value of 4.6 million GBP.

This tender offers opportunities for businesses experienced in transport consultancy services to participate in providing services for strategic transport and land-use planning advice. Businesses focusing on highways consultancy, engineering services, technical consultancy, civil engineering, and railway engineering services may find suitable opportunities in this procurement process. The different lots cater to distinct aspects such as advising on transport investment, updating economic models, and providing transport planning advice in alignment with policy objectives set by the National Transport Strategy (NTS2).

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

MFA for Transport and Land-Use Modelling, Appraisal and Transport Planning Services (2021-2024/5)

Notice Description

Transport Scotland on behalf of the Scottish Ministers has identified an on-going need for the services of experienced consultants to carry out services in connection with Transport and Land-Use Modelling and Transport Appraisal and Planning. Transport Scotland, on behalf of the Scottish Ministers, wishes to progress a procurement competition for a Multi-Supplier Framework Agreement. The Framework Agreement, to cover 3 years with a 1-year extension option, will be available for use by Regional Transport Partnerships and other Scottish Government Directorates. The framework will consist of the following Lots: - Lot 1 is for Development, Update and Application of Transport Models; - Lot 2 is for Advice on the Case for Transport Investment; - Lot 3 is for Development, Update and Application of Economic and Land-Use Models; and - Lot 4 is for Transport Planning Advice.

Lot Information

Development, Update and Application of Transport Models

The scope of Lot 1 Services is centred around general updates to the Transport Model for Scotland (TMfS) and keeping future year scenarios up to date. This will include providing advice, improving and maintaining a new suite of scenario-based transport models. The Services will also include adding and improving functionality to new or existing models, including TMfS, second-tier models (regional models) and third-tier models (local area models). During the framework period, a National Accessibility Model will be adopted into LATIS Lot 1 and will be part of the development and maintenance requirement. It should be noted that most of the current LATIS models have some degree of interface to the national Transport, Economic and Land-use Model of Scotland (TELMoS). All Lot 1 models exist to support the Scottish Ministers in the testing and appraisal of projects and policies and while these have traditionally focussed on road and rail projects, the modelling framework is expanding to address a wider range of policies, scenarios and metrics, reflecting the outcomes sought by the second National Transport Strategy (NTS2).

Renewal: The potential exists for a 12-month extension.

Advice on the Case for Transport Investment

The Lot 2 Services relate to the development of business cases for transport policies, programmes and key priority projects. The work undertaken should align with Transport Scotland's published guidance on the development of business cases and align with Scottish Transport Appraisal Guidance (STAG). The focus of Lot 2 Services is the preparation of business cases which provide the rationale for a project, policy or programme following the process outlined by HM Treasury's Five Case Model set. This will principally entail advising on the on 'The Strategic Case' and 'The Socio-Economic Case' at the Strategic, Outline and Final stages of business case development. The Services may also require inputs to 'The Commercial Case', 'The Financial Case' and 'The Management Case' of the Outline and Final stages. Framework Suppliers need to have an awareness of the increasingly wide range of factors and policy drivers influencing the Employer requirements to be able to appraise policies and projects that reflect the outcomes sought by NTS2.

Renewal: The potential exists for a 12-month extension.

Transport Planning Advice

Lot 4 entails a broad array of transport planning services. Advising upon and auditing the full range of traffic, transport and land-use models and business cases that support transport projects, programmes and policies in accordance with STAG, the Design Manual for Roads and Bridges (DMRB), Governance for Railway Investment Projects (GRIP) and HM Treasury and Transport Scotland guidance on business cases. The scope embraces national models (TMfS and TELMoS); second-tier models (regional models) and third-tier models (local area models). In addition, advice, audit and appraisal Services are required to support the development of business cases for transport projects and policies. Lot 4 also requires the provision of expert advice on Transport Appraisals undertaken by Transport Scotland and other parties for projects, development plans and policies. Further, this Lot will entail the evaluation of all transport projects in accordance with the appropriate guidance, such as Scottish Trunk Road Infrastructure Project Evaluation (STRIPE); rail projects evaluation and HM Treasury's Magenta book. In all aspects of Lot 4 Services the Framework Suppliers need to have an awareness of the increasingly wide range of factors and policy drivers influencing the Employer requirements to be able to appraise all transport proposals and evaluate project outcomes against the policy objectives of NTS2.

Options: The potential exists for a 12-month extension.

Renewal: The potential exists for a 12-month extension.

Development, Update and Application of Economic and Land-Use Models

The Services under Lot 3 will primarily relate to the development, update and application of the Transport, Economic and Land-Use Model of Scotland (TELMoS) to facilitate the output of strategic transport and land-use planning advice for authorities and third parties. TELMoS will have many interactions with modelling and policy appraisal work undertaken within the other three Lots and an understanding of their requirements is essential. The delivery of Lot 3 Services will require an active and collaborative role to be undertaken in the model audit process on TELMoS, and also on audits of other LATIS models where there is functional interaction with TELMoS. All modelling work undertaken in Lot 3 is to support the Scottish Ministers in the testing and appraisal of projects and policies and while these have traditionally focussed on road and rail projects, the modelling framework is expanding to address a wider range of policies, scenarios and metrics, reflecting the outcomes sought by the second National Transport Strategy (NTS2).

Renewal: The potential exists for a 12-month extension.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02a7de
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/030073-2022
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

71311000 - Civil engineering consultancy services

71311200 - Transport systems consultancy services

71311210 - Highways consultancy services

71311230 - Railway engineering services

71318000 - Advisory and consultative engineering services

71621000 - Technical analysis or consultancy services

79310000 - Market research services

Notice Value(s)

Tender Value
£11,500,000 £10M-£100M
Lots Value
£11,500,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£7,475,000 £1M-£10M

Notice Dates

Publication Date
25 Oct 20223 years ago
Submission Deadline
21 Jun 2021Expired
Future Notice Date
13 May 2021Expired
Award Date
1 Feb 20224 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Active, Cancelled
Awards Status
Active, Unsuccessful
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
TRANSPORT SCOTLAND
Contact Name
Stephen Cragg
Contact Email
stephen.cragg@transport.gov.scot
Contact Phone
+44 1412727570

Buyer Location

Locality
GLASGOW
Postcode
G4 0HF
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM Scotland

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North

Supplier Information

Number of Suppliers
5
Supplier Names

AECOM

JACOBS

MOTT MACDONALD

STANTEC

SYSTRA

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02a7de-2022-10-25T15:25:02+01:00",
    "date": "2022-10-25T15:25:02+01:00",
    "ocid": "ocds-h6vhtk-02a7de",
    "description": "Lots 2 and 4 of this framework have previously been awarded external to this Contract Notice. Lot 4 Document ID: 687394. Lot 2 Document ID: 690649. (SC Ref:711211)",
    "initiationType": "tender",
    "tender": {
        "id": "TS/TSA/SER/2021/01",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "MFA for Transport and Land-Use Modelling, Appraisal and Transport Planning Services (2021-2024/5)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71311200",
            "description": "Transport systems consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "Transport Scotland on behalf of the Scottish Ministers has identified an on-going need for the services of experienced consultants to carry out services in connection with Transport and Land-Use Modelling and Transport Appraisal and Planning. Transport Scotland, on behalf of the Scottish Ministers, wishes to progress a procurement competition for a Multi-Supplier Framework Agreement. The Framework Agreement, to cover 3 years with a 1-year extension option, will be available for use by Regional Transport Partnerships and other Scottish Government Directorates. The framework will consist of the following Lots: - Lot 1 is for Development, Update and Application of Transport Models; - Lot 2 is for Advice on the Case for Transport Investment; - Lot 3 is for Development, Update and Application of Economic and Land-Use Models; and - Lot 4 is for Transport Planning Advice.",
        "value": {
            "amount": 11500000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 4
        },
        "lots": [
            {
                "id": "1",
                "title": "Development, Update and Application of Transport Models",
                "description": "The scope of Lot 1 Services is centred around general updates to the Transport Model for Scotland (TMfS) and keeping future year scenarios up to date. This will include providing advice, improving and maintaining a new suite of scenario-based transport models. The Services will also include adding and improving functionality to new or existing models, including TMfS, second-tier models (regional models) and third-tier models (local area models). During the framework period, a National Accessibility Model will be adopted into LATIS Lot 1 and will be part of the development and maintenance requirement. It should be noted that most of the current LATIS models have some degree of interface to the national Transport, Economic and Land-use Model of Scotland (TELMoS). All Lot 1 models exist to support the Scottish Ministers in the testing and appraisal of projects and policies and while these have traditionally focussed on road and rail projects, the modelling framework is expanding to address a wider range of policies, scenarios and metrics, reflecting the outcomes sought by the second National Transport Strategy (NTS2).",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Assessment will be based on tenderer's approach to execution and delivery of services; providing suitable staff; management of resources and risks; innovation; adding value and community benefits.",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "value": {
                    "amount": 4600000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The potential exists for a 12-month extension."
                },
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "It is intended that 5 economic operators be taken forward to tender participation stage. These economic operators shall be those who have: (i) submitted a compliant submission, comprising the completed SPD; (ii) satisfied the relevant selection criteria under the exclusion grounds; (iii) (a) Minimum standards of eligibility -- provided evidence of working on specified types of projects; and (b) Technical or Professional Ability -- provided evidence demonstrating an acceptable level of technical or professional ability. (iv) has in place quality, environmental and health and safety management systems; (v) satisfied minimum standards of economic and financial standing; (vi) achieved the first, second, third, fourth or fifth highest combined weighted scores in respect of technical or professional ability calculated in accordance with the responses to Statements (c), (d) and (e) (refer to Section III.1.3). However, if an economic operator has not submitted a compliant submission as described in (i) above, failed in respect of either (ii), (iii), (iv), (v), or (vi) above, then that economic operator shall be excluded from the ranking of scores described in (vi) as above. Economic operators shall be required to self-certify their adherence to the above selection criteria via the SPD. Suppliers shall be required to submit appropriate means of proof at a later stage as stated in Regulation 60 of the Public Contracts (Scotland) Regulations 2015."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            },
            {
                "id": "2",
                "title": "Advice on the Case for Transport Investment",
                "description": "The Lot 2 Services relate to the development of business cases for transport policies, programmes and key priority projects. The work undertaken should align with Transport Scotland's published guidance on the development of business cases and align with Scottish Transport Appraisal Guidance (STAG). The focus of Lot 2 Services is the preparation of business cases which provide the rationale for a project, policy or programme following the process outlined by HM Treasury's Five Case Model set. This will principally entail advising on the on 'The Strategic Case' and 'The Socio-Economic Case' at the Strategic, Outline and Final stages of business case development. The Services may also require inputs to 'The Commercial Case', 'The Financial Case' and 'The Management Case' of the Outline and Final stages. Framework Suppliers need to have an awareness of the increasingly wide range of factors and policy drivers influencing the Employer requirements to be able to appraise policies and projects that reflect the outcomes sought by NTS2.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Assessment will be based on tenderer's approach to execution and delivery of services; providing suitable staff; management of resources and risks; innovation; adding value and community benefits.",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "Final tenders will be assessed against evaluation criteria to determine the most economically advantageous submission. Further information will be included in the tender documents.",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                },
                "value": {
                    "amount": 2875000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The potential exists for a 12-month extension."
                },
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Objective criteria for choosing the limited number of candidates: It is intended that 5 economic operators be taken forward to tender participation stage. These economic operators shall be those who have: (i) submitted a compliant submission, comprising the completed SPD; (ii) satisfied the relevant selection criteria under the exclusion grounds; (iii) (a) Minimum standards of eligibility -- provided evidence of working on specified types of projects; and (b) Technical or Professional Ability -- provided evidence demonstrating an acceptable level of technical or professional ability. (iv) has in place quality, environmental and health and safety management systems; (v) satisfied minimum standards of economic and financial standing; (vi) achieved the first, second, third, fourth or fifth highest combined weighted scores in respect of technical or professional ability calculated in accordance with the responses to Statements (e), (f) and (g) (refer to Section III.1.3). However, if an economic operator has not submitted a compliant submission as described in (i) above, failed in respect of either (ii), (iii), (iv), (v), or (vi) above, then that economic operator shall be excluded from the ranking of scores described in (vi) as above. Economic operators shall be required to self-certify their adherence to the above selection criteria via the SPD. Suppliers shall be required to submit appropriate means of proof at a later stage as stated in Regulation 60 of the Public Contracts (Scotland) Regulations 2015."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            },
            {
                "id": "4",
                "title": "Transport Planning Advice",
                "description": "Lot 4 entails a broad array of transport planning services. Advising upon and auditing the full range of traffic, transport and land-use models and business cases that support transport projects, programmes and policies in accordance with STAG, the Design Manual for Roads and Bridges (DMRB), Governance for Railway Investment Projects (GRIP) and HM Treasury and Transport Scotland guidance on business cases. The scope embraces national models (TMfS and TELMoS); second-tier models (regional models) and third-tier models (local area models). In addition, advice, audit and appraisal Services are required to support the development of business cases for transport projects and policies. Lot 4 also requires the provision of expert advice on Transport Appraisals undertaken by Transport Scotland and other parties for projects, development plans and policies. Further, this Lot will entail the evaluation of all transport projects in accordance with the appropriate guidance, such as Scottish Trunk Road Infrastructure Project Evaluation (STRIPE); rail projects evaluation and HM Treasury's Magenta book. In all aspects of Lot 4 Services the Framework Suppliers need to have an awareness of the increasingly wide range of factors and policy drivers influencing the Employer requirements to be able to appraise all transport proposals and evaluate project outcomes against the policy objectives of NTS2.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Assessment will be based on tenderer's approach to execution and delivery of services; providing suitable staff; management of resources and risks; innovation; adding value and community benefits.",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "Final tenders will be assessed against evaluation criteria to determine the most economically advantageous submission. Further information will be included in the tender documents.",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                },
                "value": {
                    "amount": 2875000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The potential exists for a 12-month extension."
                },
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "description": "It is intended that 6 economic operators be taken forward to tender participation stage. These economic operators shall be those who have: (i) submitted a compliant submission, comprising the completed SPD; (ii) satisfied the relevant selection criteria under the exclusion grounds; (iii) (a) Minimum standards of eligibility -- provided evidence of working on specified types of projects over a specified value; and (b) Technical or Professional Ability -- provided evidence demonstrating an acceptable level of technical or professional ability. (iv) has in place quality, environmental and health and safety management systems; (v) satisfied minimum standards of economic and financial standing; (vi) achieved the first, second, third, fourth, fifth or sixth highest combined weighted scores in respect of technical or professional ability calculated in accordance with the responses to Statements (d), (e) and (f) (refer to Section III.1.3). However, if an economic operator has not submitted a compliant submission as described in (i) above, failed in respect of either (ii), (iii), (iv), (v), or (vi) above, then that economic operator shall be excluded from the ranking of scores described in (vi) as above. Economic operators shall be required to self-certify their adherence to the above selection criteria via the SPD. Suppliers shall be required to submit appropriate means of proof at a later stage as stated in Regulation 60 of the Public Contracts (Scotland) Regulations 2015."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The potential exists for a 12-month extension."
                }
            },
            {
                "id": "3",
                "title": "Development, Update and Application of Economic and Land-Use Models",
                "description": "The Services under Lot 3 will primarily relate to the development, update and application of the Transport, Economic and Land-Use Model of Scotland (TELMoS) to facilitate the output of strategic transport and land-use planning advice for authorities and third parties. TELMoS will have many interactions with modelling and policy appraisal work undertaken within the other three Lots and an understanding of their requirements is essential. The delivery of Lot 3 Services will require an active and collaborative role to be undertaken in the model audit process on TELMoS, and also on audits of other LATIS models where there is functional interaction with TELMoS. All modelling work undertaken in Lot 3 is to support the Scottish Ministers in the testing and appraisal of projects and policies and while these have traditionally focussed on road and rail projects, the modelling framework is expanding to address a wider range of policies, scenarios and metrics, reflecting the outcomes sought by the second National Transport Strategy (NTS2).",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Assessment will be based on tenderer's approach to execution and delivery of services; providing suitable staff; management of resources and risks; innovation; adding value and community benefits.",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "value": {
                    "amount": 1150000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The potential exists for a 12-month extension."
                },
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "It is intended that 5 economic operators be taken forward to tender participation stage. These economic operators shall be those who have: (i) submitted a compliant submission, comprising the completed SPD; (ii) satisfied the relevant selection criteria under the exclusion grounds; (iii) (a) Minimum standards of eligibility -- provided evidence of working on specified types of projects over a specified value; and (b) Technical or Professional Ability -- provided evidence demonstrating an acceptable level of technical or professional ability. (iv) has in place quality, environmental and health and safety management systems; (v) satisfied minimum standards of economic and financial standing; (vi) achieved the first, second or third highest combined weighted scores in respect of technical or professional ability calculated in accordance with the responses to Statements (b),(c) and (d) (refer to Section III.1.3). However, if an economic operator has not submitted a compliant submission as described in (i) above, failed in respect of either (ii), (iii), (iv), (v), or (vi) above, then that economic operator shall be excluded from the ranking of scores described in (vi) as above. Economic operators shall be required to self-certify their adherence to the above selection criteria via the SPD. Suppliers shall be required to submit appropriate means of proof at a later stage as stated in Regulation 60 of the Public Contracts (Scotland) Regulations 2015."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71311210",
                        "description": "Highways consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71318000",
                        "description": "Advisory and consultative engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71621000",
                        "description": "Technical analysis or consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311230",
                        "description": "Railway engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79310000",
                        "description": "Market research services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71311210",
                        "description": "Highways consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71318000",
                        "description": "Advisory and consultative engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71621000",
                        "description": "Technical analysis or consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311230",
                        "description": "Railway engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79310000",
                        "description": "Market research services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71311210",
                        "description": "Highways consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71318000",
                        "description": "Advisory and consultative engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71621000",
                        "description": "Technical analysis or consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311230",
                        "description": "Railway engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79310000",
                        "description": "Market research services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71311210",
                        "description": "Highways consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71318000",
                        "description": "Advisory and consultative engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71621000",
                        "description": "Technical analysis or consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311230",
                        "description": "Railway engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79310000",
                        "description": "Market research services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "communication": {
            "futureNoticeDate": "2021-05-14T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Economic operators must be enrolled in the relevant professional or trade registers kept in the member state of its establishment (as described in Schedule 5 of the Public Contracts (Scotland) 2015) (e.g. registered under Companies House). Economic operators should provide details under SPD Question ref 4A.1.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Economic Operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, Economic Operators shall: (a) in response to SPD, Question Ref. 4B.1a provide the specified annual turnover for the last two years of trading, or for the period which is available if trading for less than two years; (b) in response to SPD, Question Ref. 4B.6 provide the name, value and/or range of NINE financial criteria for the last two years of trading, or for the period which is available if trading for less than two years; and (c) in response to SPD, Question Ref. 4B.5 confirm they already have or can commit to obtain, prior to commencement of the contract the required levels of insurance. In addition to the information requested under (a) and (b), economic operators are required to provide a link/copies of the associated annual accounts as filed at Companies House (or equivalent if not a UK registered company) for the last two years of trading, or for the period which is available if less than two years. This information has been requested to enable Transport Scotland to perform their own assessment and confirm the financial ratios submitted. Ultimately, ensuring the correct score is allocated, and to ensure no misinterpretation. Where there exist differences in ratios, between those provided and those calculated by Transport Scotland, clarification will be sought.",
                    "minimum": "Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below: Evaluation Criteria Ratios (Question Ref. 4B.6) The financial information received under SPD, Question Ref. 4B.6 shall be evaluated and scored out of 50 by allocating a score against nine individual economic and financial standing evaluation criteria, namely: 1. Acid Test Ratio 2. Cash Interest Cover Ratio 3. Return on Capital Employed 4. Operating Profit Ratio 5. Net Worth 6. Gearing 7. Annual Contract Value to Turnover 8. Filed Accounts 9. Audit Report The individual scores shall be weighted , with the most recent (\"Year 1\") financial statements weighted at 67% and the previous (\"Year 2\") statements being weighted at 33%, to form an aggregated score for each of the nine criteria over the two years. The maximum cumulative score resulting from the summation of the nine economic and financial standing aggregated scores shall be 50 marks. A submission shall be marked as a FAIL and will not be considered further if the score achieved by a Single Economic Operator or a Group of Economic Operators is less than 50 percent of the available marks. The scoring mechanism can be downloaded via the Public Contracts Scotland portal www.publiccontractsscotland.gov.uk. Where the submission has been submitted by a Group of Economic Operators, the information submitted by each Group Member will be evaluated in the proportion of the percentage shareholdings or percentage equity/interest of each Group Member and a score determined for such Group of Economic Operators on that basis. Insurance (Question Ref. 4B.5) In response to Question Ref. 4B.5 Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Employer's Liability Insurance = 5 000 000 GBP Public Liability Insurance = 5 000 000 GBP Professional Indemnity Insurance = 5 000 000 GBP In responding to Question Ref. 4B.5a,4B.5b and 4B.5c of the SPD, where the bidder ticks the box \"No, and I cannot commit to obtain it\" they shall be marked as FAIL.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "The selection criteria are set out in the SPD, Part IV Selection Criteria, section 4C Technical and Professional Ability and section 4D Quality Assurance Schemes and Environmental Management Standards. The requirements relate to: - Relevant examples of work (including SCORED AND WEIGHTED) statements of bidders' experience) [SPD 4C1] - Educational and professional qualifications [SPD 4C6] - Quality assurance [SPD 4D1] - Environmental Management [SPD 4D2] The Scottish Ministers additionally require bidders to respond on health and safety management standards.",
                    "minimum": "The minimum standard are set out in the SPD, Part IV Selection Criteria, section 4C Technical and Professional Ability and section 4D Quality Assurance Schemes and Environmental Standards. Selection criteria are marked as PASS/FAIL, with the exception of the SCORED AND WEIGHTED statements of bidders' experience. Full details are given in the SPD.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "It is the Employer's policy to measure the performance of each Consultant on a regular basis. In the event that the Consultant's performance falls below a satisfactory level, the Consultant will be invited to determine a means of rectifying the situation. Repeated or continual service failures may result in suspension or termination of the contract.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 11
            }
        },
        "tenderPeriod": {
            "endDate": "2021-06-21T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2021-07-16T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2022-01-31T23:59:59Z"
            }
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-1154",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0HF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Stephen Cragg",
                "telephone": "+44 1412727570",
                "email": "Stephen.Cragg@transport.gov.scot",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.transport.gov.scot",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00099",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "NATIONAL_AGENCY",
                        "description": "National or federal agency/office"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Transport"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1294",
            "name": "Sheriff Clerk's Office",
            "identifier": {
                "legalName": "Sheriff Clerk's Office"
            },
            "address": {
                "streetAddress": "PO Box 23, 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "glasgow@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-49103",
            "name": "AECOM",
            "identifier": {
                "legalName": "AECOM"
            },
            "address": {
                "streetAddress": "Aurora Building, 7th Floor, 120 Bothwell Street",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G2 7JS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1412480300"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-5023",
            "name": "Stantec UK Ltd",
            "identifier": {
                "legalName": "Stantec UK Ltd"
            },
            "address": {
                "streetAddress": "Fifth Floor, Lomond House, 9 George Square",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1413522360"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-26932",
            "name": "Jacobs",
            "identifier": {
                "legalName": "Jacobs"
            },
            "address": {
                "streetAddress": "95 Bothwell Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 7HX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1412438000"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-49104",
            "name": "SYSTRA Ltd",
            "identifier": {
                "legalName": "SYSTRA Ltd"
            },
            "address": {
                "streetAddress": "Prospect House, 5 Thistle Street",
                "locality": "EDINBURGH",
                "region": "UKM75",
                "postalCode": "EH2 1DF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1312408904"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-56814",
            "name": "Mott MacDonald",
            "identifier": {
                "legalName": "Mott MacDonald"
            },
            "address": {
                "streetAddress": "19A Canning Street",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH3 8EG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1312212384"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-66754",
            "name": "Jacobs U.K. Limited",
            "identifier": {
                "legalName": "Jacobs U.K. Limited"
            },
            "address": {
                "streetAddress": "95 Bothwell Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 7HX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7977577705"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-61815",
            "name": "AECOM",
            "identifier": {
                "legalName": "AECOM"
            },
            "address": {
                "streetAddress": "Aldgate Tower, 2 Leman Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "E1 8FA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7920540269"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-60680",
            "name": "SYSTRA LIMITED",
            "identifier": {
                "legalName": "SYSTRA LIMITED"
            },
            "address": {
                "streetAddress": "The Centrum Business Centre Limited, 38 Queen Street",
                "locality": "GLASGOW",
                "region": "UKM",
                "postalCode": "G1 3DX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1414684205"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1154",
        "name": "Transport Scotland"
    },
    "language": "en",
    "awards": [
        {
            "id": "009242-2022-Lot 4 - Transport Planning Advice-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-49103",
                    "name": "AECOM"
                },
                {
                    "id": "GB-FTS-5023",
                    "name": "Stantec UK Ltd"
                },
                {
                    "id": "GB-FTS-26932",
                    "name": "Jacobs"
                },
                {
                    "id": "GB-FTS-49104",
                    "name": "SYSTRA Ltd"
                }
            ]
        },
        {
            "id": "017668-2022-TS/TSA/SER/2021/07-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-49103",
                    "name": "AECOM"
                },
                {
                    "id": "GB-FTS-26932",
                    "name": "Jacobs"
                },
                {
                    "id": "GB-FTS-56814",
                    "name": "Mott MacDonald"
                }
            ]
        },
        {
            "id": "030073-2022-1",
            "relatedLots": [
                "3"
            ],
            "title": "Development, Update and Application of Economic and Land-Use Models",
            "status": "unsuccessful",
            "statusDetails": "unsuccessful"
        },
        {
            "id": "030073-2022-2",
            "relatedLots": [
                "1"
            ],
            "title": "Development, Update and Application of Transport Models",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-66754",
                    "name": "Jacobs U.K. Limited"
                },
                {
                    "id": "GB-FTS-61815",
                    "name": "AECOM"
                },
                {
                    "id": "GB-FTS-60680",
                    "name": "SYSTRA LIMITED"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "009242-2022-Lot 4 - Transport Planning Advice-1",
            "awardID": "009242-2022-Lot 4 - Transport Planning Advice-1",
            "status": "active",
            "value": {
                "amount": 2875000,
                "currency": "GBP"
            },
            "dateSigned": "2022-02-01T00:00:00Z"
        },
        {
            "id": "017668-2022-TS/TSA/SER/2021/07-1",
            "awardID": "017668-2022-TS/TSA/SER/2021/07-1",
            "status": "active",
            "value": {
                "amount": 2875000,
                "currency": "GBP"
            },
            "dateSigned": "2022-06-27T00:00:00+01:00"
        },
        {
            "id": "030073-2022-2",
            "awardID": "030073-2022-2",
            "title": "Development, Update and Application of Transport Models",
            "status": "active",
            "value": {
                "amount": 4600000,
                "currency": "GBP"
            },
            "dateSigned": "2022-05-23T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "11",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "12",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "13",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "14",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "15",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000643822"
        }
    ]
}