Notice Information
Notice Title
Traffic, Travel and Transport Data Collection Multi-Supplier Framework Agreement for Transport Scotland 2021-2024/5
Notice Description
Transport Scotland has identified an on-going need for the services of experienced consultants in relation to the collection of traffic, travel and transport data. Transport Scotland, on behalf of Scottish Ministers, wishes to progress a procurement competition for a Multi-Supplier Framework Agreement. The Framework Agreement will last a duration of 3 years with a 1-year extension option.
Lot Information
Lot 1
The scope of services for this framework centre around traditional and contemporary methods of collecting traffic, travel and transport data which will include physical collection of live data and provision of historical datasets. The outline services required may include, but shall not be limited to, the following tasks: a) Provision of temporary automatic traffic counters; b) Vehicle counts (manual and video); c) Vehicle occupancy counts (e.g. Bus, Car, Train, Ferry, Air, etc.); d) Journey time data (including video and GPS) e) Car parking data (e.g. occupancy and duration of stay); f) Surveys; g) Overtaking and platooning data (e.g. using Automatic Number Plate Recognition or Bluetooth) h) Origin and Destination data (e.g. using Automatic Number Plate Recognition or Bluetooth); i) Queue Length data (including manual and video); j) Roadside interview surveys; k) Public Transport interview surveys; l) Household Travel interview surveys; m) Business Travel interview surveys; and n) Collation of data obtained from counters and other surveys or datasets.
Renewal: Option to extend for 12 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02da1a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/003859-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
63 - Supporting and auxiliary transport services; travel agencies services
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
34970000 - Traffic-monitoring equipment
34972000 - Traffic-flow measuring system
63712710 - Traffic monitoring services
71240000 - Architectural, engineering and planning services
71250000 - Architectural, engineering and surveying services
71311200 - Transport systems consultancy services
71356300 - Technical support services
71356400 - Technical planning services
71620000 - Analysis services
71621000 - Technical analysis or consultancy services
72314000 - Data collection and collation services
Notice Value(s)
- Tender Value
- £3,000,000 £1M-£10M
- Lots Value
- £3,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £3,000,000 £1M-£10M
Notice Dates
- Publication Date
- 6 Feb 20242 years ago
- Submission Deadline
- 27 Sep 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 17 Jan 20242 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT SCOTLAND
- Contact Name
- Stephen Cragg
- Contact Email
- info@transport.gov.scot, stephen.cragg@transport.gov.scot
- Contact Phone
- +44 1412727100
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 East
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-02da1a-2024-02-06T12:44:52Z",
"date": "2024-02-06T12:44:52Z",
"ocid": "ocds-h6vhtk-02da1a",
"description": "(SC Ref:755800)",
"initiationType": "tender",
"tender": {
"id": "TS/TSA/SER/2021/04",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Traffic, Travel and Transport Data Collection Multi-Supplier Framework Agreement for Transport Scotland 2021-2024/5",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72314000",
"description": "Data collection and collation services"
},
"mainProcurementCategory": "services",
"description": "Transport Scotland has identified an on-going need for the services of experienced consultants in relation to the collection of traffic, travel and transport data. Transport Scotland, on behalf of Scottish Ministers, wishes to progress a procurement competition for a Multi-Supplier Framework Agreement. The Framework Agreement will last a duration of 3 years with a 1-year extension option.",
"value": {
"amount": 3000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The scope of services for this framework centre around traditional and contemporary methods of collecting traffic, travel and transport data which will include physical collection of live data and provision of historical datasets. The outline services required may include, but shall not be limited to, the following tasks: a) Provision of temporary automatic traffic counters; b) Vehicle counts (manual and video); c) Vehicle occupancy counts (e.g. Bus, Car, Train, Ferry, Air, etc.); d) Journey time data (including video and GPS) e) Car parking data (e.g. occupancy and duration of stay); f) Surveys; g) Overtaking and platooning data (e.g. using Automatic Number Plate Recognition or Bluetooth) h) Origin and Destination data (e.g. using Automatic Number Plate Recognition or Bluetooth); i) Queue Length data (including manual and video); j) Roadside interview surveys; k) Public Transport interview surveys; l) Household Travel interview surveys; m) Business Travel interview surveys; and n) Collation of data obtained from counters and other surveys or datasets.",
"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": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 3000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for 12 months"
},
"secondStage": {
"minimumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71621000",
"description": "Technical analysis or consultancy services"
},
{
"scheme": "CPV",
"id": "72314000",
"description": "Data collection and collation services"
},
{
"scheme": "CPV",
"id": "71240000",
"description": "Architectural, engineering and planning services"
},
{
"scheme": "CPV",
"id": "71250000",
"description": "Architectural, engineering and surveying services"
},
{
"scheme": "CPV",
"id": "34972000",
"description": "Traffic-flow measuring system"
},
{
"scheme": "CPV",
"id": "71311200",
"description": "Transport systems consultancy services"
},
{
"scheme": "CPV",
"id": "71356300",
"description": "Technical support services"
},
{
"scheme": "CPV",
"id": "71356400",
"description": "Technical planning services"
},
{
"scheme": "CPV",
"id": "71620000",
"description": "Analysis services"
},
{
"scheme": "CPV",
"id": "34970000",
"description": "Traffic-monitoring equipment"
},
{
"scheme": "CPV",
"id": "63712710",
"description": "Traffic monitoring services"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"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 Contractor on a regular basis. In the event that the Contractor's performance falls below a satisfactory level, the Contractor 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": 3
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-09-27T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2021-10-25T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2022-03-31T23:59:59+01:00"
}
},
"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 1412727100",
"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-81391",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "2nd Floor, George House, 36 North Hanover Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 2AD",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "info@transport.gov.scot"
},
"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-104445",
"name": "Tracsis Traffic Data Limited",
"identifier": {
"legalName": "Tracsis Traffic Data Limited"
},
"address": {
"streetAddress": "High Moor Yard, High Moor Road",
"locality": "Boroughbridge",
"region": "UK",
"postalCode": "YO51 9DZ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104446",
"name": "Nationwide Data Collection Ltd",
"identifier": {
"legalName": "Nationwide Data Collection Ltd"
},
"address": {
"streetAddress": "Unit H Parkway Point, Glasgow Business Park",
"locality": "GLASGOW",
"region": "UKM82",
"postalCode": "G69 6GA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104447",
"name": "STREETWISE SERVICES LTD",
"identifier": {
"legalName": "STREETWISE SERVICES LTD"
},
"address": {
"streetAddress": "12-14 TANNOCH DRIVE",
"locality": "CUMBERNAULD",
"region": "UK",
"postalCode": "G67 2XX",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-81391",
"name": "Transport Scotland"
},
"language": "en",
"awards": [
{
"id": "003859-2024-TS/TSA/SER/2021/04-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-104445",
"name": "Tracsis Traffic Data Limited"
},
{
"id": "GB-FTS-104446",
"name": "Nationwide Data Collection Ltd"
},
{
"id": "GB-FTS-104447",
"name": "STREETWISE SERVICES LTD"
}
]
}
],
"contracts": [
{
"id": "003859-2024-TS/TSA/SER/2021/04-1",
"awardID": "003859-2024-TS/TSA/SER/2021/04-1",
"status": "active",
"value": {
"amount": 3000000,
"currency": "GBP"
},
"dateSigned": "2024-01-17T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 4
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 5
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 5
}
]
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000659521"
}
]
}