Award

A96 Dualling East of Huntly to Aberdeen Multi-Disciplinary Support Services Contract

TRANSPORT SCOTLAND

This public procurement record has 2 releases in its history.

Award

20 Jul 2017 at 00:00

Tender

24 Jan 2017 at 00:00

Summary of the contracting process

Transport Scotland, acting on behalf of the Scottish Ministers, has initiated a tender process for the "A96 Dualling East of Huntly to Aberdeen Multi-Disciplinary Support Services Contract." This procurement, classified under the transport industry category, is set in Aberdeenshire, Scotland. The tender was formally announced with key dates including a submission deadline of 2 March 2017, and the total contract value is estimated at £50 million. The procurement method is a selective restricted procedure, indicating a competitive bidding process intended to appoint a single experienced economic operator to oversee the comprehensive design, management, and supervision services required for the project.

This procurement presents a significant opportunity for consultancy firms specialising in civil engineering and infrastructure projects, particularly those experienced in managing large-scale road upgrades and statutory procedures. Businesses that possess capabilities in Design Manual for Roads and Bridges (DMRB) assessments and have demonstrated experience in similar high-value contracts will be well-positioned to compete. The successful contractor will play a crucial role in delivering essential transport improvements that align with the Scottish Government's commitment to enhance infrastructure by 2030.

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

A96 Dualling East of Huntly to Aberdeen Multi-Disciplinary Support Services Contract

Notice Description

Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland has identified the need to appoint a suitably qualified and experienced economic operator to provide consultancy services for the delivery of the A96 Dualling East of Huntly to Aberdeen (the "Scheme") which is being taken forward as part of the wider commitment to dual the A96 between Inverness and Aberdeen. The scope of the Services will include, but not be limited to: Undertaking a Design Manual for Roads and Bridges (DMRB) Stage 2 and Stage 3 Assessment; Development of a specimen design; Performing the appropriate statutory procedures; Preparation of tender and contract documentation; and Construction supervision, including period of maintenance. Throughout the commission the organisation shall undertake the duties of the Principal Designer in accordance with the Construction (Design and Management) Regulations 2015 as amended or updated.

Lot Information

Lot 1

Transport Scotland, on behalf of the Scottish Ministers, wishes to procure consultancy services to deliver the A96 Dualling Eastern Section which extends from east of Huntly to Aberdeen (at the proposed A96 junction with the Aberdeen Western Peripheral Route) (approximately 42km) which forms part of wider Scottish Government commitment to dual the A96 between Inverness and Aberdeen by 2030. It is intended that these services shall be for a period of approximately 240 months up to and beyond completion of the A96 Dualling in 2030, until the period of maintenance is complete. The intent of the procurement competition is to permit the Scottish Ministers to appoint a consultant under a "Contract". The scope of the Contract will include the management, design, assessment, statutory procedures, procurement and construction supervision (including maintenance period) for the proposed upgrade of the A96 Trunk Road between East of Huntly to Aberdeen to dual carriageway. This will include, but not be limited to: (i) development of the programme for the Scheme design, from inception through to completion, which shall be subject to further amendments throughout the duration of the Scheme; (ii) overall Scheme management; (iii) assistance as required in the procurement, by competition, of other specialist consultants/contractors for the Scheme, who if appointed will likely be appointed by the Scottish Ministers; (iv) Scheme assessment (DMRB Stages 2 and 3) and development including as relevant preparation of all relevant documentation associated with statutory processes such as: (a) Compulsory Purchase Orders for land acquisition; (b) Road Orders; (c) Environmental Statement; and (d) Environmental Appraisals. (vi) preparation of Scheme infrastructure outline design; (vii) assistance as required in discussions on funding mechanisms including liaison with The Scottish Futures Trust; (viii) assistance as required in the procurement, by competition, of the Contractor(s) for the Scheme; and (ix) supervision of the Contractor(s) for the Scheme, assisted as relevant by other specialist consultants appointed for the Scheme by the Scottish Ministers. Further details pertaining to the Services and specialisms that may be required to be provided by a Consultant are contained within the Supplementary Information Document (in particular Sections 3.2 to 3.5 inclusive). The provisional programme for delivery of this Contract is as follows: - Award of the Contract - Summer 2017 - Completion of DMRB Stage 2 Assessment - 2019 - Completion of construction of A96 Dualling between Inverness and Aberdeen - 2030 The consultant appointed under this Contract (the "Consultant") will be procured through a competitive tender procedure, in accordance with the restricted procedure as stated in the Public Contracts (Scotland) Regulations 2015. Due to project complexity, the project requires to be performed by a single economic operator (or group of economic operators) and as such shall not be divided into lots. To be considered for this Contract economic operators are required to complete the European Single Procurement Document ("ESPD") in accordance with this Contract Notice. Economic operators shall be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015, on the basis of information they have provided within the ESPD. Further details pertaining to the requirement of this procurement are contained within the Supplementary Information Document, which can be accessed via the Public Contracts Scotland portal www.publiccontractsscotland.gov.uk.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000478122
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL290215
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71311000 - Civil engineering consultancy services

71311100 - Civil engineering support services

71311210 - Highways consultancy services

71311220 - Highways engineering services

71322000 - Engineering design services for the construction of civil engineering works

Notice Value(s)

Tender Value
£50,000,000 £10M-£100M
Lots Value
£50,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Jul 20178 years ago
Submission Deadline
2 Mar 2017Expired
Future Notice Date
Not specified
Award Date
18 Jul 20178 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
TRANSPORT SCOTLAND
Contact Name
Not specified
Contact Email
mtrips_construction_admin@gov.scot
Contact Phone
+44 1412727100

Buyer Location

Locality
GLASGOW
Postcode
G4 0DX
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
TLM50 Aberdeen City and Aberdeenshire

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

Further Information

Notice Documents

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-r6ebe6-0000478122-2017-07-20T00:00:00Z",
    "date": "2017-07-20T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000478122",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-7",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House",
                "locality": "Glasgow",
                "postalCode": "G4 0DX"
            },
            "contactPoint": {
                "telephone": "+44 1412727100",
                "faxNumber": "+44 1412727272",
                "url": "http://www.transportscotland.gsi.gov.uk"
            },
            "roles": [
                "reviewBody",
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Transport",
                        "scheme": "COFOG"
                    }
                ]
            }
        },
        {
            "id": "org-26",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "email": "MTRIPS_Construction_Admin@gov.scot",
                "telephone": "+44 1412727100",
                "faxNumber": "+44 1412727272",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.transport.gov.scot"
            }
        }
    ],
    "buyer": {
        "name": "Transport Scotland",
        "id": "org-26"
    },
    "tender": {
        "id": "TS/MTRIPS/SER/2017/02",
        "title": "A96 Dualling East of Huntly to Aberdeen Multi-Disciplinary Support Services Contract",
        "description": "Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland has identified the need to appoint a suitably qualified and experienced economic operator to provide consultancy services for the delivery of the A96 Dualling East of Huntly to Aberdeen (the \"Scheme\") which is being taken forward as part of the wider commitment to dual the A96 between Inverness and Aberdeen. The scope of the Services will include, but not be limited to: Undertaking a Design Manual for Roads and Bridges (DMRB) Stage 2 and Stage 3 Assessment; Development of a specimen design; Performing the appropriate statutory procedures; Preparation of tender and contract documentation; and Construction supervision, including period of maintenance. Throughout the commission the organisation shall undertake the duties of the Principal Designer in accordance with the Construction (Design and Management) Regulations 2015 as amended or updated.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71322000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71311100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71311210",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71311220",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Aberdeenshire, Scotland"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM50"
                    },
                    {
                        "region": "UKM50"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 50000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "written"
        ],
        "tenderPeriod": {
            "endDate": "2017-03-02T12:00:00Z"
        },
        "documents": [
            {
                "id": "JAN270820",
                "documentType": "contractNotice",
                "title": "A96 Dualling East of Huntly to Aberdeen Multi-Disciplinary Support Services Contract",
                "description": "Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland has identified the need to appoint a suitably qualified and experienced economic operator to provide consultancy services for the delivery of the A96 Dualling East of Huntly to Aberdeen (the \"Scheme\") which is being taken forward as part of the wider commitment to dual the A96 between Inverness and Aberdeen. The scope of the Services will include, but not be limited to: Undertaking a Design Manual for Roads and Bridges (DMRB) Stage 2 and Stage 3 Assessment; Development of a specimen design; Performing the appropriate statutory procedures; Preparation of tender and contract documentation; and Construction supervision, including period of maintenance. Throughout the commission the organisation shall undertake the duties of the Principal Designer in accordance with the Construction (Design and Management) Regulations 2015 as amended or updated.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN270820",
                "format": "text/html"
            },
            {
                "id": "JAN270820-1",
                "title": "Supplementary Information Document - A96 Dualling East of Huntly to Aberdeen",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN270820&idx=1",
                "datePublished": "2017-01-26T12:44:50Z",
                "dateModified": "2017-01-26T12:44:50Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JAN270820-2",
                "title": "Financial Scoring Mechanism",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN270820&idx=2",
                "datePublished": "2017-01-26T12:44:51Z",
                "dateModified": "2017-01-26T12:44:51Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JAN270820-3",
                "title": "ESPD - A96 Dualling East of Huntly to Aberdeen Multi-Disciplinary Support Services Contract",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN270820&idx=3",
                "datePublished": "2017-01-26T12:44:51Z",
                "dateModified": "2017-01-30T17:03:52Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JAN270820-4",
                "title": "ESPD - A96 Dualling East of Huntly to Aberdeen Multi-Disciplinary Support Services Contract",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN270820&idx=4",
                "datePublished": "2017-01-30T17:03:52Z",
                "dateModified": "2017-01-30T17:03:52Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JAN270820-5",
                "title": "Bulletin No 01 - Revision to Contract Notice and Revision to Answer 5.",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN270820&idx=5",
                "datePublished": "2017-02-08T17:03:46Z",
                "dateModified": "2017-02-08T17:03:46Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JAN270820-6",
                "title": "Bulletin No 2. Revision to table in ESPD Question Reference 4C.1.2.",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN270820&idx=6",
                "datePublished": "2017-02-17T11:41:02Z",
                "dateModified": "2017-02-17T11:41:02Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JAN270820-7",
                "title": "Bulletin No 3. - Confidential Queries",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN270820&idx=7",
                "datePublished": "2017-02-20T15:09:16Z",
                "dateModified": "2017-02-20T15:09:16Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL290215",
                "documentType": "awardNotice",
                "title": "A96 Dualling East of Huntly to Aberdeen Multi-Disciplinary Support Services Contract",
                "description": "Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland has identified the need to appoint a suitably qualified and experienced economic operator to provide consultancy services for the delivery of the A96 Dualling East of Huntly to Aberdeen (the \"Scheme\") which is being taken forward as part of the wider commitment to dual the A96 between Inverness and Aberdeen. The scope of the Services will include, but not be limited to: Undertaking a Design Manual for Roads and Bridges (DMRB) Stage 2 and Stage 3 Assessment; Development of a specimen design; Performing the appropriate statutory procedures; Preparation of tender and contract documentation; and Construction supervision, including period of maintenance. Throughout the commission the organisation shall undertake the duties of the Principal Designer in accordance with the Construction (Design and Management) Regulations 2015 as amended or updated.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL290215",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Transport Scotland, on behalf of the Scottish Ministers, wishes to procure consultancy services to deliver the A96 Dualling Eastern Section which extends from east of Huntly to Aberdeen (at the proposed A96 junction with the Aberdeen Western Peripheral Route) (approximately 42km) which forms part of wider Scottish Government commitment to dual the A96 between Inverness and Aberdeen by 2030. It is intended that these services shall be for a period of approximately 240 months up to and beyond completion of the A96 Dualling in 2030, until the period of maintenance is complete. The intent of the procurement competition is to permit the Scottish Ministers to appoint a consultant under a \"Contract\". The scope of the Contract will include the management, design, assessment, statutory procedures, procurement and construction supervision (including maintenance period) for the proposed upgrade of the A96 Trunk Road between East of Huntly to Aberdeen to dual carriageway. This will include, but not be limited to: (i) development of the programme for the Scheme design, from inception through to completion, which shall be subject to further amendments throughout the duration of the Scheme; (ii) overall Scheme management; (iii) assistance as required in the procurement, by competition, of other specialist consultants/contractors for the Scheme, who if appointed will likely be appointed by the Scottish Ministers; (iv) Scheme assessment (DMRB Stages 2 and 3) and development including as relevant preparation of all relevant documentation associated with statutory processes such as: (a) Compulsory Purchase Orders for land acquisition; (b) Road Orders; (c) Environmental Statement; and (d) Environmental Appraisals. (vi) preparation of Scheme infrastructure outline design; (vii) assistance as required in discussions on funding mechanisms including liaison with The Scottish Futures Trust; (viii) assistance as required in the procurement, by competition, of the Contractor(s) for the Scheme; and (ix) supervision of the Contractor(s) for the Scheme, assisted as relevant by other specialist consultants appointed for the Scheme by the Scottish Ministers. Further details pertaining to the Services and specialisms that may be required to be provided by a Consultant are contained within the Supplementary Information Document (in particular Sections 3.2 to 3.5 inclusive). The provisional programme for delivery of this Contract is as follows: - Award of the Contract - Summer 2017 - Completion of DMRB Stage 2 Assessment - 2019 - Completion of construction of A96 Dualling between Inverness and Aberdeen - 2030 The consultant appointed under this Contract (the \"Consultant\") will be procured through a competitive tender procedure, in accordance with the restricted procedure as stated in the Public Contracts (Scotland) Regulations 2015. Due to project complexity, the project requires to be performed by a single economic operator (or group of economic operators) and as such shall not be divided into lots. To be considered for this Contract economic operators are required to complete the European Single Procurement Document (\"ESPD\") in accordance with this Contract Notice. Economic operators shall be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015, on the basis of information they have provided within the ESPD. Further details pertaining to the requirement of this procurement are contained within the Supplementary Information Document, which can be accessed via the Public Contracts Scotland portal www.publiccontractsscotland.gov.uk.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "value": {
                    "amount": 50000000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 7200
                },
                "hasRenewal": false
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "electronicInvoicingPolicy": "allowed",
            "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."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2017-04-03T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Economic Operators will be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015, on the basis of information provided within the ESPD. 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) Regulations 2015) (e.g. registered under Companies House). Economic operators should provide details under Question Ref. 4A.1."
                },
                {
                    "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 ESPD, Question Ref. 4B.1.1 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 ESPD, Question Ref. 4B.4 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 ESPD, 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.4) The financial information received under ESPD, Question Ref. 4B.4 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 = GBP 10 million Public Liability Insurance = GBP 10 million Professional Indemnity Insurance = 10 million GBP in respect of each and every claim in the period of insurance and, subject to any other provision of the Contract, shall be unlimited in all other respects unless agreed in writing by the Employer. In responding to Question Ref. 4B.5.1 and 4B.5.2 of the ESPD, where the bidder ticks the box \"No, and I cannot commit to obtain it\" they shall be marked as FAIL. Other forms of Security Under the Contract a parent company guarantee will be required to be provided from the parent company (or companies) of Single Economic Operators or from the parent company of each member of a Group of Economic Operators. This requirement and the form of the parent company guarantee will be identified in the tender documents."
                },
                {
                    "type": "technical",
                    "description": "Under ESPD, Question Ref. 4C.1.2 economic operators shall be required to insert suitable responses to Statements (a), (b), (c), (d), (e), (f), (g) and (h) set out below, demonstrating that they possess the necessary human and technical resources and experience to perform the contract to an appropriate quality standard, in particular that economic operators have a sufficient level of experience demonstrated by suitable references from contracts performed in the past. Answers to these statements shall be answered by Single Economic Operators and by Groups of Economic Operators (Group Members should not respond individually). Under Question Ref. 4C6.1 of the ESPD economic operators shall be required to respond appropriately to Statement (d) demonstrating that they possess the necessary human resources and are qualified appropriately to perform the required services under the Contract. Responses to Statements (a) and (b) shall be assessed on the basis of PASS or FAIL. Economic Operators who fail to satisfy these minimum standards (either they answer 'No' or fail to provide an acceptable answer) shall be excluded from the procurement competition. Statement (c) is not scored but is required to be completed in order to answer Statements (d) to (h) inclusive. The responses to Statements (d), (e), (f), (g) and (h) shall be assessed on the basis of a score with a minimum threshold, using the following scoring mechanism: Does not demonstrate an acceptable level of technical or professional ability (1 - 4); Demonstrates an acceptable level of technical or professional ability (5 - 6); Demonstrates a good level of technical or professional ability (7 - 8); Demonstrates an excellent level of technical or professional ability (9 - 10). A response shall be marked as a FAIL and will not be considered further if the score achieved for any question is less than or equal to 4. Where a response is greater than 4 it shall be weighted in order to calculate a score out of 100 for these 6 questions. Under Question Ref. 4C.6 of the ESPD economic operators are required to provide appropriate details to demonstrate they have the requisite experience to perform the role of Principal Designer under the Construction (Design and Management) Regulations 2015. This may include experience of working as 'CDM coordinator' under the Construction (Design and Management) Regulations 2007. Similarly, economic operators should provide a statement on letter headed paper confirming they are prepared to accept such appointment under the Contract. The response shall be assessed on the basis of PASS or FAIL. Economic operators who fail to demonstrate they have the requisite experience or who are not willing to accept the appointment shall be excluded from the procurement competition. Under ESPD, Question Ref. 4C.7 economic operators shall be required to insert suitable responses to Statements (i), (j), and (k) demonstrating that they have in place an appropriate quality, environmental and health and safety management systems. Economic Operators are required to provide details of a recognised accredited system or own non-accredited system, which will ultimately shall be adopted if awarded the contract. Subsequently, under ESPD, Question Ref. 4D.1 economic operators are required to confirm their compliance and be able to provide the appropriate certification. The responses to Statements (i), (j) and (k) shall be assessed on the basis of PASS or FAIL. Single Economic Operators or Group of Economic Operators who have no management system in use will not be considered for this Contract.",
                    "minimum": "To ensure minimum levels of ability, Transport Scotland require that evidence of specific project experience be provided under Statements (a) and (b). Statement (a) Demonstrate that you have generated a fee turnover on civil engineering infrastructure projects of at least 100 million GBP in three of the last five years. Statement (b) Demonstrate that you have provided project management, design (including statutory processes) and construction supervision services in relation to road infrastructure projects with a construction cost of at least 100 million GBP within the last five years. Statement (c) Provide information on no more than 6 \"reference projects\" which reflect similar works in terms of scope, size and/or complexity to the Contract, predominantly carried out within the last 8 years detailing your role and the scope of the services performed (Max 500 Words per reference project). Statement (d) Scheme Management (Weighting 30%) - Provide details of staff and team structures you have used on the reference projects and evidence of how the team created the capability to deliver on time and budget, communicated effectively to ensure timely, accurate and cost effective delivery, and managed data. (Max 500 Words) Provide the following sample CVs (each on not more than one A4 single side) showing the personnel that you consider were pivotal in delivering these projects. The word count on the CV will not form part of the Statement word limit above. 1No Contract Director 1No Contract Manager 1No Roads & Infrastructure Manager 2No Senior Roads & Infrastructure Engineers 1No Environmental and Landscaping Manager 1No Senior Environmental Specialist 1No Stakeholder Co-ordinator The aforementioned staff should be either a: Chartered professional; or equivalent qualification; or experience representative of a Chartered professional within their specific profession. Statement (e) Design and Assessment (Weighting 20%) - Provide details of your experience on the reference projects of the design and assessment of roads and bridges undertaken in accordance with the Design Manual for Roads and Bridges (DMRB), specifically for DMRB Stage 2 onwards. (Max 750 Words) Statement (f) Stakeholder Engagement (Weighting 20%) - Provide details of your experience on the reference projects of the management of the design and assessment process to ensure appropriate stakeholder inclusivity. Provide evidence of the methods of communication employed and how you managed conflicting stakeholder views in order to achieve a consensus. (Max 750 Words) Statement (g) Statutory Processes (Weighting 20%) - Provide details of your experience on the reference projects on your approach to managing the promotion of road schemes through the relevant legislation, including your approach to preparing for and supporting the client during public local inquiries. (Max 750 Words) Statement (h) Site Supervision (Weighting 10%) - Provide details of your experience on the reference projects of managing site supervision of schemes. Describe how you communicated effectively with the Contractor to avoid and resolve claims/disputes. (Max 500 Words) Statement (i) - Provide details of your Quality Management System. This may be European Foundation Quality Model (EFQM) or equivalent; BS EN ISO 9001:2000 (Quality Management Systems); other accredited management system; or your own non-accredited management system. Statement (j) - Provide details of your Environmental Management System. This may be BS EN ISO 14001:2004 (Environmental Management Systems); other accredited management system; or your own non-accredited management system. Statement (k) - Provide details of your Health and Safety Management System. This may be BS EN ISO 18001:2007 (Occupational Health and Safety Management Systems) and associated standards; other accredited management system; or your own non-accredited management system."
                },
                {
                    "type": "technical",
                    "description": "Execution of the service is reserved to a particular profession"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "71311000",
            "scheme": "CPV"
        },
        "reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session.",
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "The Completion Date of the Contract means the date on which the final Services and/or Work-Package instructed by the Employer is due to be completed by the Consultant. The scope of the services will include but not be limited to undertaking a Design Manual for Roads and Bridges (DMRB) Stage 2 and Stage 3 assessment, development of specimen design, statutory procedures, preparation of tender and contract documentation, and construction supervision, including the relevant period of maintenance as defined within the particular construction contract form. The Scottish Government is committed to completing the Dualling of the A96 between Inverness and Aberdeen by 2030. (SC Ref:505054)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000478122"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000478122"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "TS/MTRIPS/SER/2017/02",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "TS/MTRIPS/SER/2017/02",
            "awardID": "TS/MTRIPS/SER/2017/02",
            "status": "active",
            "dateSigned": "2017-07-18T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 019-031709"
        }
    ]
}