Notice Information
Notice Title
Integrated Travel In Scotland - Smart Ticketing Infrastructure - National ePurse
Notice Description
Transport Scotland has identified the need to appoint a contractor for the provision and ongoing delivery of a system to provide the Scottish National ePurse The system should have the following functionality: - Have in place safeguarding of customer funds through authorisation, or registration, with the FCA in terms of the Electronic Money Regulations 2011 or otherwise. - The ability to apportion the money flows to the appropriate parties and to settle to several different parties including transport operators and retail channels; - Calculate ePurse top-up payments due from operators; - Support post issuance ePurse product creation on any compatible smartcard with an ITSO shell - Provide a customer services front end and on-line portal; and - Generate reports that support the delivery of the ePurse scheme
Lot Information
Lot 1
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 requirement to appoint a contractor for the provision and ongoing delivery of back office services to provide the Scottish National ITSO Type 2 ePurse. (the "Contract") Transport Scotland will conduct the proposed procurement process for the Contract on behalf of the Scottish Ministers. In the event of the contract award, the Contract will be entered into between the Scottish Ministers and the successful tenderer. Each selected economic operator shall be invited to submit a tender on the same contract terms. The system shall: - Ensure adequate protection of the managed funds through authorisation, or registration, with the FCA in terms of the Electronic Money Regulations 2011 or otherwise; - Support post issuance ePurse product creation on any compatible smartcard with an ITSO shell. There are over 2 million cards in issue only a quarter of which have our ITSO e-Purse loaded; - Calculate ePurse transaction payments due to transport operators; - Calculate ePurse top-up payments due from transport operators; - Provide prompt payment to settle transactions; - Generate reports that support the delivery of the ePurse scheme; - Provide branded customer facing web services; and - Provide branded operator facing web services. Data and accounts from existing ePurse pilots shall be required to be transferred to the new system. It is intended that the contract will be in place for a period of 48 months. The contract is subject to renewal for two 24 month extensions. Due to the nature of the system, a single deliverable is required and as such shall not be divided into lots. The contractor will be procured through a competitive tender procedure, in accordance with the Competitive Dialogue procedure as proscribed in the Public Contracts (Scotland) Regulations 2015. 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).. 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000493421
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT298893
- 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
- Competitive dialogue
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71311200 - Transport systems consultancy services
Notice Value(s)
- Tender Value
- £500,000 £500K-£1M
- Lots Value
- £500,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Oct 20178 years ago
- Submission Deadline
- 5 Jun 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 20 Oct 20178 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT SCOTLAND
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAY282041&idx=5
6th July 2017 - ITIS - national epurse - Bulletin 2 - schedule update -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAY282041&idx=4
1st June 2017 - Clarification on process if links cannot be provided. -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAY282041&idx=1
5th May 2017 - blank document - ignore -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAY282041&idx=2
5th May 2017 - ITIS ESPD National ePurse -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY282041
Integrated Travel In Scotland - Smart Ticketing Infrastructure - National ePurse - Transport Scotland has identified the need to appoint a contractor for the provision and ongoing delivery of a system to provide the Scottish National ePurse The system should have the following functionality: - Have in place safeguarding of customer funds through authorisation, or registration, with the FCA in terms of the Electronic Money Regulations 2011 or otherwise. - The ability to apportion the money flows to the appropriate parties and to settle to several different parties including transport operators and retail channels; - Calculate ePurse top-up payments due from operators; - Support post issuance ePurse product creation on any compatible smartcard with an ITSO shell - Provide a customer services front end and on-line portal; and - Generate reports that support the delivery of the ePurse scheme -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT298893
Integrated Travel In Scotland - Smart Ticketing Infrastructure - National ePurse - Transport Scotland has identified the need to appoint a contractor for the provision and ongoing delivery of a system to provide the Scottish National ePurse The system should have the following functionality: - Have in place safeguarding of customer funds through authorisation, or registration, with the FCA in terms of the Electronic Money Regulations 2011 or otherwise. - The ability to apportion the money flows to the appropriate parties and to settle to several different parties including transport operators and retail channels; - Calculate ePurse top-up payments due from operators; - Support post issuance ePurse product creation on any compatible smartcard with an ITSO shell - Provide a customer services front end and on-line portal; and - Generate reports that support the delivery of the ePurse scheme
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-r6ebe6-0000493421-2017-10-20T00:00:00Z",
"date": "2017-10-20T00:00:00Z",
"ocid": "ocds-r6ebe6-0000493421",
"initiationType": "tender",
"parties": [
{
"id": "org-76",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM34",
"postalCode": "G4 0HF"
},
"contactPoint": {
"name": "Steven Dickson",
"email": "TS_Smart_Ticketing@transport.gov.scot",
"telephone": "+44 1412727122",
"faxNumber": "+44 1412727272",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "National or federal agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "Transport",
"scheme": "COFOG"
}
],
"url": "http://www.transport.gov.scot"
}
},
{
"id": "org-4",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM34",
"postalCode": "G4 0HF"
},
"contactPoint": {
"name": "Steven Dickson",
"email": "TS_Smart_Ticketing@transport.gov.scot",
"telephone": "+44 1412727122",
"faxNumber": "+44 1412727272",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.transport.gov.scot"
}
},
{
"id": "org-29",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0HF"
},
"contactPoint": {
"name": "Steven Dickson",
"email": "TS_Smart_Ticketing@transport.gov.scot",
"telephone": "+44 1412727122",
"faxNumber": "+44 1412727272",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"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-29"
},
"tender": {
"id": "TS/TRBO/SER/2017/03",
"title": "Integrated Travel In Scotland - Smart Ticketing Infrastructure - National ePurse",
"description": "Transport Scotland has identified the need to appoint a contractor for the provision and ongoing delivery of a system to provide the Scottish National ePurse The system should have the following functionality: - Have in place safeguarding of customer funds through authorisation, or registration, with the FCA in terms of the Electronic Money Regulations 2011 or otherwise. - The ability to apportion the money flows to the appropriate parties and to settle to several different parties including transport operators and retail channels; - Calculate ePurse top-up payments due from operators; - Support post issuance ePurse product creation on any compatible smartcard with an ITSO shell - Provide a customer services front end and on-line portal; and - Generate reports that support the delivery of the ePurse scheme",
"status": "cancelled",
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 500000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive dialogue",
"mainProcurementCategory": "services",
"submissionMethod": [
"written"
],
"tenderPeriod": {
"endDate": "2017-06-05T12:00:00Z"
},
"documents": [
{
"id": "MAY282041",
"documentType": "contractNotice",
"title": "Integrated Travel In Scotland - Smart Ticketing Infrastructure - National ePurse",
"description": "Transport Scotland has identified the need to appoint a contractor for the provision and ongoing delivery of a system to provide the Scottish National ePurse The system should have the following functionality: - Have in place safeguarding of customer funds through authorisation, or registration, with the FCA in terms of the Electronic Money Regulations 2011 or otherwise. - The ability to apportion the money flows to the appropriate parties and to settle to several different parties including transport operators and retail channels; - Calculate ePurse top-up payments due from operators; - Support post issuance ePurse product creation on any compatible smartcard with an ITSO shell - Provide a customer services front end and on-line portal; and - Generate reports that support the delivery of the ePurse scheme",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY282041",
"format": "text/html"
},
{
"id": "MAY282041-1",
"title": "blank document - ignore",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAY282041&idx=1",
"datePublished": "2017-05-05T11:10:22Z",
"dateModified": "2017-05-05T11:10:22Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "MAY282041-2",
"title": "ITIS ESPD National ePurse",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAY282041&idx=2",
"datePublished": "2017-05-05T11:10:22Z",
"dateModified": "2017-05-05T11:10:22Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "MAY282041-3",
"title": "Ratios",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAY282041&idx=3",
"datePublished": "2017-05-15T12:44:44Z",
"dateModified": "2017-05-15T12:44:44Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "MAY282041-4",
"title": "Clarification on process if links cannot be provided.",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAY282041&idx=4",
"datePublished": "2017-06-01T13:42:02Z",
"dateModified": "2017-06-01T13:42:02Z",
"format": "application/pdf"
},
{
"id": "MAY282041-5",
"title": "ITIS - national epurse - Bulletin 2 - schedule update",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAY282041&idx=5",
"datePublished": "2017-07-06T17:58:11Z",
"dateModified": "2017-07-06T17:58:11Z",
"format": "application/pdf"
},
{
"id": "OCT298893",
"documentType": "awardNotice",
"title": "Integrated Travel In Scotland - Smart Ticketing Infrastructure - National ePurse",
"description": "Transport Scotland has identified the need to appoint a contractor for the provision and ongoing delivery of a system to provide the Scottish National ePurse The system should have the following functionality: - Have in place safeguarding of customer funds through authorisation, or registration, with the FCA in terms of the Electronic Money Regulations 2011 or otherwise. - The ability to apportion the money flows to the appropriate parties and to settle to several different parties including transport operators and retail channels; - Calculate ePurse top-up payments due from operators; - Support post issuance ePurse product creation on any compatible smartcard with an ITSO shell - Provide a customer services front end and on-line portal; and - Generate reports that support the delivery of the ePurse scheme",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT298893",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"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 requirement to appoint a contractor for the provision and ongoing delivery of back office services to provide the Scottish National ITSO Type 2 ePurse. (the \"Contract\") Transport Scotland will conduct the proposed procurement process for the Contract on behalf of the Scottish Ministers. In the event of the contract award, the Contract will be entered into between the Scottish Ministers and the successful tenderer. Each selected economic operator shall be invited to submit a tender on the same contract terms. The system shall: - Ensure adequate protection of the managed funds through authorisation, or registration, with the FCA in terms of the Electronic Money Regulations 2011 or otherwise; - Support post issuance ePurse product creation on any compatible smartcard with an ITSO shell. There are over 2 million cards in issue only a quarter of which have our ITSO e-Purse loaded; - Calculate ePurse transaction payments due to transport operators; - Calculate ePurse top-up payments due from transport operators; - Provide prompt payment to settle transactions; - Generate reports that support the delivery of the ePurse scheme; - Provide branded customer facing web services; and - Provide branded operator facing web services. Data and accounts from existing ePurse pilots shall be required to be transferred to the new system. It is intended that the contract will be in place for a period of 48 months. The contract is subject to renewal for two 24 month extensions. Due to the nature of the system, a single deliverable is required and as such shall not be divided into lots. The contractor will be procured through a competitive tender procedure, in accordance with the Competitive Dialogue procedure as proscribed in the Public Contracts (Scotland) Regulations 2015. 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).. 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": "cancelled",
"value": {
"amount": 500000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 4,
"maximumCandidates": 4
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
}
],
"contractTerms": {
"hasElectronicPayment": true,
"performanceTerms": "It is the Employer's policy to measure the performance of each Contractor on a regular basis. In the event that the Contractor 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."
},
"coveredBy": [
"GPA"
],
"secondStage": {
"invitationDate": "2017-06-19T00:00:00Z"
},
"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) Regulations 2015) (i.e. registered under Companies House). Economic operators should provide details under Question Ref. 4A.1. The system comply with Scottish Government Digital First Service Standards https://resources.mygov.scot/ Economic Operators will be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015, on the basis of information provided within the European Single Procurement Document (\"ESPD\")."
},
{
"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 four 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 four 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. A group of economic operators is defined as an incorporated consortium or joint venture. 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 = GBP 10 million 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."
},
{
"type": "technical",
"description": "Under ESPD, Question Ref. 4C.1.2 economic operators shall be required to insert suitable responses to Statements (a) to (g) set out below, demonstrating that they have the required minimum standards of eligibility and technical and professional ability. Answers to these statements shall be answered by Single Economic Operators and by Groups of Economic Operators (Group Members should not respond individually). Responses to Statements (a) (b) and (c) 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. The responses to Statements (d), (e), (f), and (g) shall be assessed on the basis of a score with a minimum threshold, using the following scoring mechanism: - Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion (0 - 2 Unacceptable); - Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability (3 - 4 Weak); - Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature (5 - 6 Acceptable); - Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients (7 - 8 Good); - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients (9 -10 Excellent). An ESPD submission shall be marked as a FAIL and will not be considered further if the score achieved for any statement is less than or equal to 2. Where a response is greater than 2 it shall be weighted in order to calculate a score out of 100 for the 4 statements. Under ESPD, Question Ref. 4C.7 economic operators shall be required to insert suitable responses to Statements (h), (i), and (j) 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 (h), (i) and (j) 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": "Statement (a) - Within the last 4 years, have you developed, delivered and maintained an unrestricted ITSO ePurse including financial services, apportionment and public interfaces with a turnover of at least 200,000 GBP Sterling per annum? If yes, please provide details. Statement (b) - Within the last 4 years, have you developed, delivered and maintained an unrestricted ITSO ePurse with a transaction volume of at least 250,000 per annum. If yes, please provide details. Statement (c) - Are you authorised by, or registered with, the FCA (or European equivalent and completed the necessary passporting notification procedure with the FCA) in terms of the Electronic Money Regulations 2011? If YES, then provide details of your authorisation or registration. If NO, then provide details on how you propose to ensure adequate protection of the managed funds. (max 400 words) Statement (d) Provide evidence from a transport related ITSO ePurse system, from projects you have delivered in the last 4 years, of successfully managing and mitigating financial risk (Max. 500 words, weighting 30%). Statement (e) Provide evidence from transport related ITSO ePurse system, from projects delivered in the last 4 years, of successfully providing effective customer facing web interfaces (Max. 500 words, weighting 30%). Statement (f) Provide evidence from transport related ITSO ePurse systems, from projects delivered in the last 4 years, of successfully and effectively supporting and managing ITSO ePurse delivery with multiple operators (Max. 500 words, weighting 20%). Statement (g) Provide details of staff and team structures you have used on a project delivered in the past 4 years similar in terms of scope, size and/or complexity to the Contract, and evidence of how they created the capability to deliver on time and budget, and communicated effectively to ensure timely, accurate and cost effective delivery, and managed data. (Max 500 Words, weighting 20%) Statement (h) - 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 Own non-accredited management system. Statement (i) - Provide details of your Environmental Management System. This may BS EN ISO 14001:2004 (Environmental Management Systems) ; Other accredited management system; or Own non-accredited management system. Statement (j) - Provide details of your Health and Safety Management System. This may BS EN ISO 18001:2007 (Occupational Health and Safety Management Systems) and associated standards ; Other accredited management system; or Own non-accredited management system."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"classification": {
"id": "71311200",
"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,
"amendments": [
{
"id": "amd-4",
"unstructuredChanges": [
{
"oldValue": {
"text": "Value excluding VAT: 500 000.00 GBP"
},
"newValue": {
"text": "Value excluding VAT: 1 000 000.00 GBP"
},
"where": {
"section": "II.1.5",
"label": "Estimated total value"
}
},
{
"oldValue": {
"text": "Value excluding VAT: 500 000.00 GBP"
},
"newValue": {
"text": "Value excluding VAT: 1 000 000.00 GBP"
},
"where": {
"section": "II.2.6",
"label": "Estimated value"
}
},
{
"oldValue": {
"date": "2017-06-05T00:00:00Z"
},
"newValue": {
"date": "2017-06-12T00:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit for receipt of tenders or requests to participate"
}
},
{
"oldValue": {
"date": "2017-06-19T00:00:00Z"
},
"newValue": {
"date": "2017-06-26T00:00:00Z"
},
"where": {
"section": "IV.2.3",
"label": "Estimated date of dispatch of invitations to tender or to participate to selected candidates"
}
},
{
"oldValue": {
"text": "Any request by economic operators for clarification of any part of the documentation shall be made through the Public Contracts Scotland website by 1200hrs GMT on 29 May 2017."
},
"newValue": {
"text": "Any request by economic operators for clarification of any part of the documentation shall be made through the Public Contracts Scotland website by 1200hrs GMT on 5 June 2017."
},
"where": {
"section": "VI.3",
"label": "Additional information"
}
},
{
"newValue": {
"text": "The estimated value stated within Section II.1.5) Estimated total value & Section II.2.6) Estimated value, is the total value of the initial 4 years and the potential two 2-year extensions. The estimated value of the initial 4 years, which includes initial set-up cost and operation, is 600 000.00 GBP."
},
"where": {
"section": "VI.3",
"label": "Additional information"
}
}
]
}
]
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 087-169973"
}
],
"description": "Each economic operator shall submit four paper copies (one marked \"ORIGINAL\" and three marked COPY 1, 2, or 3 as relevant) together with one data CD/DVD of the completed ESPD, in a sealed package to arrive by no later than 12 noon GMT on 05 June 2017 to the following addressee and address: Procurement Support Manager Transport Scotland Buchanan House 58 Port Dundas Road Glasgow G4 0HF United Kingdom The Scottish Ministers shall not evaluate any submission received past the specified deadline, unless the delay is caused by a situation out with the control of the economic operator, the determination of which shall be at the sole discretion of the Scottish Ministers. Compliance with achieving the specified deadline is the sole responsibility of the economic operator. Economic operators which alter their composition after making a submission will be the subject of re-evaluation. Any request by economic operators for clarification of any part of the documentation shall be made through the Public Contracts Scotland website by 1200hrs GMT on 29 May 2017. Neither Transport Scotland nor the Scottish Ministers shall be responsible in any way to economic operators as a result of any delay or failure in answering any request for clarification or any decision not to answer a request for clarification (either in full or in part). Absence of a response from Transport Scotland or the Scottish Ministers shall not entitle economic operators to qualify their submission. The Scottish Ministers reserve the right not to conclude any Contract as a result of the procurement process initiated by this notice and to make whatever changes the Scottish Minsters deem appropriate to the content, process, timing and structure of the procurement process. Transport Scotland and the Scottish Ministers shall have no liability for any costs howsoever incurred by those participating in this competition. Economic operators should be aware that all information submitted to the Scottish Ministers may need to be disclosed and / or published by the Scottish Ministers in compliance with the Freedom of Information (Scotland) Act 2002 and the Environmental Information (Scotland) Regulations 2004. (SC Ref:516132)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000493421"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000493421"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000493421"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "TS/TRBO/SER/2017/03",
"status": "unsuccessful",
"statusDetails": "discontinued",
"relatedLots": [
"1"
]
}
]
}