Notice Information
Notice Title
Transport Data Collection Services
Notice Description
The services comprise of an on-going programme of national concessionary travel scheme and young persons scheme on-board entitlement card verification and service monitoring surveys. These surveys involve boarding a pre-defined sample of bus services, recording details of the service, verifying the existence of and details of travel cards of passengers claiming concessionary fares, and interviewing these passengers. The surveys also provide an opportunity to monitor the operation of on-bus hardware and the cards themselves.
Lot Information
Lot 1
Transport Scotland on behalf of the Scottish Ministers has identified the requirement to appoint a suitably experienced economic operator (a "Contractor/ Supplier/ Consultant") to conduct surveys for a pre-determined sample of bus services. The economic operator is required to identify the following (including but not limited to): - trip making; - traffic movements; - journey details; - road and public transport user attitudes; and - demographic information These surveys will be carried out on-board various bus services at different locations. Contractor staff must use technology and employ equipment such as scanners or tablets to allow direct transcription and download of survey data, ensuring accuracy. Data collected shall be recorded electronically on a set of pre-defined forms. An incident log is used to note any irregular activity on buses surveyed. All relevant cardholders should be interviewed. The standard survey programme is made up of a 4 weekly selection prescribed and supplied by Transport Scotland. It is intended that the contract will last for 3 years, with a potential of extension by a further 1 year. Transport Scotland will manage the proposed procurement process for this 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. The Contract terms and conditions are included within the document downloads. Each selected economic operator shall be invited to submit a tender on the same contract terms. The Contractor will be procured through a competitive tender procedure, in accordance with the open procedure as provided for in the Public Contracts (Scotland) Regulations 2015. Due to project complexity, the contract requires to be performed by a single contractor and as such shall not be divided into lots. All relevant documentation can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). Please note that the contract is expected to be a 36 months plus potential 12 month extension. The GBP780k is a 48 month value. 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-r6ebe6-0000514239
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT297513
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
60 - Transport services (excl. Waste transport)
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
34980000 - Transport tickets
60000000 - Transport services (excl. Waste transport)
60112000 - Public road transport services
79311000 - Survey services
79311200 - Survey conduction services
79311300 - Survey analysis services
Notice Value(s)
- Tender Value
- £780,000 £500K-£1M
- Lots Value
- £780,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 4 Oct 20178 years ago
- Submission Deadline
- 8 Nov 2017Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT SCOTLAND
- Contact Name
- Debra MacLeod
- Contact Email
- debra.macleod@transport.gov.uk
- 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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT297513&idx=5
26th October 2017 - The issue of Circular Advice Note 3 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT297513&idx=4
20th October 2017 - This is a list of questions and answered received by 20.10.17 at 3.15pm -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT297513&idx=3
13th October 2017 - This is a list of questions and answered received by 13.10.17 at 11.20am -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT297513&idx=1
6th October 2017 - Invitation to Tender (including ESPD) -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT297513&idx=2
6th October 2017 - ESPD for Transport Data Collection Services -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT297513
Transport Data Collection Services - The services comprise of an on-going programme of national concessionary travel scheme and young persons scheme on-board entitlement card verification and service monitoring surveys. These surveys involve boarding a pre-defined sample of bus services, recording details of the service, verifying the existence of and details of travel cards of passengers claiming concessionary fares, and interviewing these passengers. The surveys also provide an opportunity to monitor the operation of on-bus hardware and the cards themselves.
Notice URLs
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-r6ebe6-0000514239-2017-10-04T00:00:00Z",
"date": "2017-10-04T00:00:00Z",
"ocid": "ocds-r6ebe6-0000514239",
"initiationType": "tender",
"parties": [
{
"id": "org-58",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0HF"
},
"contactPoint": {
"name": "Debra MacLeod",
"email": "debra.macleod@transport.gov.uk",
"telephone": "+44 1412727100",
"faxNumber": "+44 1412727272",
"url": "http://www.publicscontractsscotland.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"
}
}
],
"buyer": {
"name": "Transport Scotland",
"id": "org-58"
},
"tender": {
"id": "TS/TRBO/SER/2017/05",
"title": "Transport Data Collection Services",
"description": "The services comprise of an on-going programme of national concessionary travel scheme and young persons scheme on-board entitlement card verification and service monitoring surveys. These surveys involve boarding a pre-defined sample of bus services, recording details of the service, verifying the existence of and details of travel cards of passengers claiming concessionary fares, and interviewing these passengers. The surveys also provide an opportunity to monitor the operation of on-bus hardware and the cards themselves.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "34980000",
"scheme": "CPV"
},
{
"id": "60000000",
"scheme": "CPV"
},
{
"id": "60112000",
"scheme": "CPV"
},
{
"id": "79311200",
"scheme": "CPV"
},
{
"id": "79311300",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 780000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"written"
],
"tenderPeriod": {
"endDate": "2017-11-08T12:00:00Z"
},
"awardPeriod": {
"startDate": "2017-11-08T14:00:00Z"
},
"documents": [
{
"id": "OCT297513",
"documentType": "contractNotice",
"title": "Transport Data Collection Services",
"description": "The services comprise of an on-going programme of national concessionary travel scheme and young persons scheme on-board entitlement card verification and service monitoring surveys. These surveys involve boarding a pre-defined sample of bus services, recording details of the service, verifying the existence of and details of travel cards of passengers claiming concessionary fares, and interviewing these passengers. The surveys also provide an opportunity to monitor the operation of on-bus hardware and the cards themselves.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT297513",
"format": "text/html"
},
{
"id": "OCT297513-1",
"title": "Invitation to Tender (including ESPD)",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT297513&idx=1",
"datePublished": "2017-10-06T11:10:49Z",
"dateModified": "2017-10-06T11:10:49Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "OCT297513-2",
"title": "ESPD for Transport Data Collection Services",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT297513&idx=2",
"datePublished": "2017-10-06T11:10:49Z",
"dateModified": "2017-10-06T11:10:49Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "OCT297513-3",
"title": "This is a list of questions and answered received by 13.10.17 at 11.20am",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT297513&idx=3",
"datePublished": "2017-10-13T11:22:49Z",
"dateModified": "2017-10-13T11:22:49Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "OCT297513-4",
"title": "This is a list of questions and answered received by 20.10.17 at 3.15pm",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT297513&idx=4",
"datePublished": "2017-10-20T15:18:39Z",
"dateModified": "2017-10-20T15:18:39Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "OCT297513-5",
"title": "The issue of Circular Advice Note 3",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT297513&idx=5",
"datePublished": "2017-10-26T12:24:56Z",
"dateModified": "2017-10-26T12:24:56Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
}
],
"lots": [
{
"id": "1",
"description": "Transport Scotland on behalf of the Scottish Ministers has identified the requirement to appoint a suitably experienced economic operator (a \"Contractor/ Supplier/ Consultant\") to conduct surveys for a pre-determined sample of bus services. The economic operator is required to identify the following (including but not limited to): - trip making; - traffic movements; - journey details; - road and public transport user attitudes; and - demographic information These surveys will be carried out on-board various bus services at different locations. Contractor staff must use technology and employ equipment such as scanners or tablets to allow direct transcription and download of survey data, ensuring accuracy. Data collected shall be recorded electronically on a set of pre-defined forms. An incident log is used to note any irregular activity on buses surveyed. All relevant cardholders should be interviewed. The standard survey programme is made up of a 4 weekly selection prescribed and supplied by Transport Scotland. It is intended that the contract will last for 3 years, with a potential of extension by a further 1 year. Transport Scotland will manage the proposed procurement process for this 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. The Contract terms and conditions are included within the document downloads. Each selected economic operator shall be invited to submit a tender on the same contract terms. The Contractor will be procured through a competitive tender procedure, in accordance with the open procedure as provided for in the Public Contracts (Scotland) Regulations 2015. Due to project complexity, the contract requires to be performed by a single contractor and as such shall not be divided into lots. All relevant documentation can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). Please note that the contract is expected to be a 36 months plus potential 12 month extension. The GBP780k is a 48 month value. 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": "active",
"value": {
"amount": 780000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2017-11-08T14:00:00Z"
},
"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/shall result in suspension or termination of the contract. Further details will be contained within the tender documents."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "4B 1.1 Bidders will be required to have a minimum \"general\" yearly turnover of 100K GBP for the last [2] years: 4B 2.1 Bidders will be required to have a minimum yearly \"specific\" turnover of 100KGBP for the last [2] years in the business area covered by the contract. 4B 3 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. 4B 4 & 4B 4.1 Bidders will be required to state the value(s) for the following financial ratio(s): Acid Test Ratio: =1 and less than 1.05 Cash Interest Cover Ratio: =1 and less than 2.5 Return on Capital Employed Ratio: =0% and less than 5% Operating Profit Ratio: =0 and less than 1 Net Worth Ratio: Net assets of = GBP0 and less thanGBP10M Gearing Ratio: less than 100% and =75% Contract Value Ratio: less than 50% of Turnover and =20% of Turnover Details of how the ratios are calculated are contained within Appendix C of the Invitation to Tender 4B 5.1 - 5.3 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5M GBP Public Liability Insurance = 2M GBP Professional Indemnity Insurance = 2M GBP http://www.hse.gov.uk/pubns/hse40.pdf 4C 1.2 Bidders will be required to provide 3 examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract. These will be evaluated on a PASS/FAIL basis. Pass equals to providing 3 examples detailing relevant experience to deliver the service. Fail equals to not providing 3 examples detailing relevant experience to deliver the service 4C 9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract."
},
{
"type": "economic",
"minimum": "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 SEVEN 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.5.1 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. 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 as a pass/fail and requires all economic operators to score = 2 on the seven 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 Filed Accounts & Audit Reports must also be submitted by the bidder Insurance (Question Ref. 4B.5 ) In response to Question Ref. 4B.5.1 economic operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Employer's (Compulsory) Liability Insurance = 5000000 GBP Public Liability Insurance = 2000000 GBP Professional Indemnity Insurance = 2000000 GBP And, in response to Question Ref. 4B.5.2 economic operators must confirm they already have or can commit to obtain any other insurance, including Employers Liability, required by the Contract or by the appropriate legislation, with a sum insured / limit of indemnity to satisfy the Contract or legal requirements. 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 and shall be excluded from this procurement competition."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 2700
}
},
"classification": {
"id": "79311000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "Transport Scotland will conduct the proposed procurement process for the Contract on behalf of the Scottish Ministers. In the event of the conclusion of the contract, it is the intention that the Contract will be entered into between the Scottish Ministers and the most economically advantageous tenderers. The Contract terms and conditions will be based on SGTC 2 (enclosed).These amendments may arise from three basic considerations: -amendments to reflect the Scottish Ministers' particular requirements and risk allocation for this agreement; -amendments to reflect Scots law; and -presentational changes to make the Contract more user friendly (for example, the introduction of an alphabetical schedule of definitions together with additional definitions). Each selected economic operator shall be invited to submit a Tender on the same contract terms. The duration of the contract referred to in paragraph II.2.7) of this notice is the original period of the proposed contract. The Scottish Ministers shall have the option to extend this period by up to 1 year. 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 and Tender submission, in a sealed package to arrive by no later than 12 noon BST/GMT 8 November 2017 to the following addressee and address:Procurement Support Manager Transport Scotland Buchanan House 58 Port Dundas Road Glasgow G4 0HF. Suppliers are advised to allow adequate time for submitting all documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. 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. The deadline to submit questions relating to the submission via the Public Contracts Scotland portal is 1200hrs BST/GMT on 25 October 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 the 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.NOTE: To register your interest in this notice and obtain any additional information please visit www.publiccontractsscotland.gov.uk NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=514239. (SC Ref:514239) Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=514239",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000514239"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}