Tender

Strategic Transport Projects Review (STPR2) Consultancy Support

TRANSPORT SCOTLAND

This public procurement record has 2 releases in its history.

Tender

31 May 2018 at 00:00

Planning

08 May 2018 at 00:00

Summary of the contracting process

Transport Scotland is seeking tenders for the "Strategic Transport Projects Review (STPR2) Consultancy Support," valued at £5 million, to provide essential analysis of Scotland's transport network. This contract is a key element of the transport infrastructure strategy and falls within the transportation sector. The procurement is currently at the tender stage, with submissions required by 12:00 PM on 6th July 2018. An Industry Information Day will occur on 18th May 2018 at Buchanan House, Glasgow, which aims to inform potential bidders about the project scope and procurement process.

This opportunity represents significant business growth potential for consultancy firms with expertise in transport network analysis, modelling, and forecasting. Companies specialising in multi-modal transport solutions, stakeholder engagement, and environmental assessments would be particularly well-positioned to compete for this contract. The scope includes delivering a comprehensive review to inform a 20-year infrastructure investment plan, thus presenting an excellent chance for businesses to showcase their capabilities in transport consultancy and contribute meaningfully to Scotland's future transport projects.

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

Strategic Transport Projects Review (STPR2) Consultancy Support

Notice Description

Transport Scotland seeks a Consultant to conduct the Strategic Transport Projects Review (STPR2). The services require an independent analysis of Scotland's multi-modal transport network to assess its current and future performance. The services entail modelling, appraisal and forecasting and taking account of policies from a new National Transport Strategy (NTS2). Network performance would be assessed and interventions proposed to address gaps and shortfalls. These would be assessed against operational criteria and priorities in the new NTS2, Scotland's Economic Strategy and the Climate Change Plan. A Strategic Environmental Assessment (SEA) would be required. The review would identify projects across the strategic road and rail networks, active travel, island connectivity and the bus sector. It will align with the next National Planning Framework (NPF4) and inform a 20-year Infrastructure Investment plan for Scottish Ministers. Extensive stakeholder engagement would be undertaken.

Lot Information

Lot 1

Transport Scotland, on behalf of the Scottish Ministers, wishes to procure consultancy services to carry out the second review of Strategic Transport Projects. The intent of this competition is to procure a suitably experienced service provider to undertake the project over a period of approximately 30 months. Due to project complexity and related dependencies, the project requires to be performed by a single consultant and shall not be divided into lots. The intent is to appoint a consultant under a 'Contract'. The scope of the Contract will include the management, collation of data, network performance analysis, identification and appraisal of multi-modal projects and schemes across Scotland. In particular, the Review will have a national focus to consider the strategic links between the cities and key ports, international gateways and cross-border links. It will also have a regional focus to consider the role of the strategic network in the context of regional economic geographies and changes emanating from the Planning Bill, and city and regional deals. The tasks required will include, but not be limited to: (i) Managing a multi-disciplinary team to effect delivery of the Strategic Transport Projects Review which will follow the principles set out in Scottish Transport Appraisal Guidance (STAG), the mode hierarchy and Transport Scotland's investment hierarchy; (ii) Preparing and implementing an effective and inclusive stakeholder and public engagement plan including the establishment and support of Regional Working Groups; (iii) Collating existing studies and relevant data to conduct an analysis of existing and future conditions for all modes across the strategic transport network; (iv) Identifying gaps and shortfalls from the network performance analysis taking into consideration future land use proposals, City and Regional Deals, extant proposals from the first Strategic Transport Projects Review, and the strategic policy framework and priorities and policies emerging from the current review of National Transport Review (NTS); (v) Devising SMART objectives from a national and regional perspective which flow from the strategic outcomes being sought by the National Transport Strategy, against which to appraise options; (vi) Identifying potential strategic interventions and sifting the options to select those which best address the gaps and shortfalls and will make a significant impact towards the NTS outcomes; (vii) Appraising the candidate interventions against the SMART objectives and STAG criteria including Affordability and Risk to identify those schemes and measures which will provide the basis for recommending to the client; (viii) Producing a Strategic Environmental Assessment (SEA) to meet statutory requirements and a strategic level of Fairer Scotland Duty Assessment will be required to cover all the plans and programmes of interventions being considered; (x) Making recommendations for strategic transport interventions for the next 20 years based on an investment hierarchy embracing maintenance and safe operation of existing assets, making better use of existing capacity, and targeted infrastructure improvements. The Consultant appointed under this Contract will be procured through a competitive tender procedure, in accordance with the restricted procedure as stated 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.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000540578
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN320824
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract 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

71311200 - Transport systems consultancy services

71311210 - Highways consultancy services

71311230 - Railway engineering services

71313400 - Environmental impact assessment for construction

Notice Value(s)

Tender Value
£5,000,000 £1M-£10M
Lots Value
£5,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
31 May 20187 years ago
Submission Deadline
6 Jul 2018Expired
Future Notice Date
29 May 2018Expired
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

Contracting Authority (Buyer)

Main Buyer
TRANSPORT SCOTLAND
Contact Name
Angus Corby
Contact Email
angus.corby@transport.gov.scot, trunkroadsamframework@transport.gov.scot
Contact Phone
+44 1412727100, +44 1412727256

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/search/show/search_view.aspx?ID=MAY318832
    Strategic Transport Projects Review (STPR2) Consultancy - Transport Scotland seeks a Consultant to conduct the Strategic Transport Projects Review (STPR2). The services require an independent analysis of Scotland's multi-modal transport network to assess its current and future performance. The services entail modelling, appraisal and forecasting and taking account of policies from a new National Transport Strategy (NTS2). Network performance would be assessed and interventions proposed to address gaps and shortfalls. These would be assessed against operational criteria and priorities in the new NTS2, Scotland's Economic Strategy and the Climate Change Plan. A Strategic Environmental Assessment (SEA) would be required. The review would identify projects across the strategic road and rail networks, active travel, island connectivity and the bus sector. It will align with the next National Planning Framework (NPF4) and inform a 20-year Infrastructure Investment plan for Scottish Ministers. Extensive stakeholder engagement would be undertaken.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN320824
    Strategic Transport Projects Review (STPR2) Consultancy Support - Transport Scotland seeks a Consultant to conduct the Strategic Transport Projects Review (STPR2). The services require an independent analysis of Scotland's multi-modal transport network to assess its current and future performance. The services entail modelling, appraisal and forecasting and taking account of policies from a new National Transport Strategy (NTS2). Network performance would be assessed and interventions proposed to address gaps and shortfalls. These would be assessed against operational criteria and priorities in the new NTS2, Scotland's Economic Strategy and the Climate Change Plan. A Strategic Environmental Assessment (SEA) would be required. The review would identify projects across the strategic road and rail networks, active travel, island connectivity and the bus sector. It will align with the next National Planning Framework (NPF4) and inform a 20-year Infrastructure Investment plan for Scottish Ministers. Extensive stakeholder engagement would be undertaken.

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-r6ebe6-0000540578-2018-05-31T00:00:00Z",
    "date": "2018-05-31T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000540578",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-9",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "name": "Angus Corby",
                "email": "angus.corby@transport.gov.scot",
                "telephone": "+44 1412727256",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.transport.gov.scot"
            }
        },
        {
            "id": "org-64",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "email": "trunkroadsamframework@transport.gov.scot",
                "telephone": "+44 1412727100",
                "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"
            }
        }
    ],
    "buyer": {
        "name": "Transport Scotland",
        "id": "org-64"
    },
    "planning": {
        "documents": [
            {
                "id": "MAY318832",
                "documentType": "plannedProcurementNotice",
                "title": "Strategic Transport Projects Review (STPR2) Consultancy",
                "description": "Transport Scotland seeks a Consultant to conduct the Strategic Transport Projects Review (STPR2). The services require an independent analysis of Scotland's multi-modal transport network to assess its current and future performance. The services entail modelling, appraisal and forecasting and taking account of policies from a new National Transport Strategy (NTS2). Network performance would be assessed and interventions proposed to address gaps and shortfalls. These would be assessed against operational criteria and priorities in the new NTS2, Scotland's Economic Strategy and the Climate Change Plan. A Strategic Environmental Assessment (SEA) would be required. The review would identify projects across the strategic road and rail networks, active travel, island connectivity and the bus sector. It will align with the next National Planning Framework (NPF4) and inform a 20-year Infrastructure Investment plan for Scottish Ministers. Extensive stakeholder engagement would be undertaken.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY318832",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "TS/MTRIPS/SER/2018/11",
        "title": "Strategic Transport Projects Review (STPR2) Consultancy Support",
        "description": "Transport Scotland seeks a Consultant to conduct the Strategic Transport Projects Review (STPR2). The services require an independent analysis of Scotland's multi-modal transport network to assess its current and future performance. The services entail modelling, appraisal and forecasting and taking account of policies from a new National Transport Strategy (NTS2). Network performance would be assessed and interventions proposed to address gaps and shortfalls. These would be assessed against operational criteria and priorities in the new NTS2, Scotland's Economic Strategy and the Climate Change Plan. A Strategic Environmental Assessment (SEA) would be required. The review would identify projects across the strategic road and rail networks, active travel, island connectivity and the bus sector. It will align with the next National Planning Framework (NPF4) and inform a 20-year Infrastructure Investment plan for Scottish Ministers. Extensive stakeholder engagement would be undertaken.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71311230",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71311210",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71313400",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Scotland wide"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 5000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "1",
                "description": "Transport Scotland, on behalf of the Scottish Ministers, wishes to procure consultancy services to carry out the second review of Strategic Transport Projects. The intent of this competition is to procure a suitably experienced service provider to undertake the project over a period of approximately 30 months. Due to project complexity and related dependencies, the project requires to be performed by a single consultant and shall not be divided into lots. The intent is to appoint a consultant under a 'Contract'. The scope of the Contract will include the management, collation of data, network performance analysis, identification and appraisal of multi-modal projects and schemes across Scotland. In particular, the Review will have a national focus to consider the strategic links between the cities and key ports, international gateways and cross-border links. It will also have a regional focus to consider the role of the strategic network in the context of regional economic geographies and changes emanating from the Planning Bill, and city and regional deals. The tasks required will include, but not be limited to: (i) Managing a multi-disciplinary team to effect delivery of the Strategic Transport Projects Review which will follow the principles set out in Scottish Transport Appraisal Guidance (STAG), the mode hierarchy and Transport Scotland's investment hierarchy; (ii) Preparing and implementing an effective and inclusive stakeholder and public engagement plan including the establishment and support of Regional Working Groups; (iii) Collating existing studies and relevant data to conduct an analysis of existing and future conditions for all modes across the strategic transport network; (iv) Identifying gaps and shortfalls from the network performance analysis taking into consideration future land use proposals, City and Regional Deals, extant proposals from the first Strategic Transport Projects Review, and the strategic policy framework and priorities and policies emerging from the current review of National Transport Review (NTS); (v) Devising SMART objectives from a national and regional perspective which flow from the strategic outcomes being sought by the National Transport Strategy, against which to appraise options; (vi) Identifying potential strategic interventions and sifting the options to select those which best address the gaps and shortfalls and will make a significant impact towards the NTS outcomes; (vii) Appraising the candidate interventions against the SMART objectives and STAG criteria including Affordability and Risk to identify those schemes and measures which will provide the basis for recommending to the client; (viii) Producing a Strategic Environmental Assessment (SEA) to meet statutory requirements and a strategic level of Fairer Scotland Duty Assessment will be required to cover all the plans and programmes of interventions being considered; (x) Making recommendations for strategic transport interventions for the next 20 years based on an investment hierarchy embracing maintenance and safe operation of existing assets, making better use of existing capacity, and targeted infrastructure improvements. The Consultant appointed under this Contract will be procured through a competitive tender procedure, in accordance with the restricted procedure as stated 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": "active",
                "value": {
                    "amount": 5000000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 900
                },
                "hasRenewal": false
            }
        ],
        "communication": {
            "futureNoticeDate": "2018-05-29T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "classification": {
            "id": "71311200",
            "scheme": "CPV"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-07-06T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN320824",
                "documentType": "contractNotice",
                "title": "Strategic Transport Projects Review (STPR2) Consultancy Support",
                "description": "Transport Scotland seeks a Consultant to conduct the Strategic Transport Projects Review (STPR2). The services require an independent analysis of Scotland's multi-modal transport network to assess its current and future performance. The services entail modelling, appraisal and forecasting and taking account of policies from a new National Transport Strategy (NTS2). Network performance would be assessed and interventions proposed to address gaps and shortfalls. These would be assessed against operational criteria and priorities in the new NTS2, Scotland's Economic Strategy and the Climate Change Plan. A Strategic Environmental Assessment (SEA) would be required. The review would identify projects across the strategic road and rail networks, active travel, island connectivity and the bus sector. It will align with the next National Planning Framework (NPF4) and inform a 20-year Infrastructure Investment plan for Scottish Ministers. Extensive stakeholder engagement would be undertaken.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN320824",
                "format": "text/html"
            },
            {
                "id": "JUN320824-1",
                "title": "Summary of Financial Ratios",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN320824&idx=1",
                "datePublished": "2018-06-03T11:10:57Z",
                "dateModified": "2018-06-03T11:10:57Z",
                "format": "application/pdf"
            },
            {
                "id": "JUN320824-2",
                "title": "Industry Day Presentation",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN320824&idx=2",
                "datePublished": "2018-06-03T11:10:57Z",
                "dateModified": "2018-06-03T11:10:57Z",
                "format": "application/pdf"
            },
            {
                "id": "JUN320824-3",
                "title": "Q&A responses from Industry day",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN320824&idx=3",
                "datePublished": "2018-06-03T11:10:57Z",
                "dateModified": "2018-06-03T11:10:57Z",
                "format": "application/pdf"
            },
            {
                "id": "JUN320824-4",
                "title": "STPR2 Roles and Professional Qualifications",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN320824&idx=4",
                "datePublished": "2018-06-22T07:17:04Z",
                "dateModified": "2018-06-22T07:17:04Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ],
        "contractTerms": {
            "performanceTerms": "It is the Employer's policy to measure the performance of each Consultant on a regular basis. In the event that the Consultant's performance falls below a satisfactory level, the Consultant will be invited to determine a means of rectifying the situation. Repeated or continual service failures may result in suspension or termination of the contract."
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2018-08-03T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "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.1a provide the specified annual turnover for the last two years of trading, or for the period which is available if trading for less than two years; (b) in response to ESPD, Question Ref. 4B.6 provide the name, value and/or range of NINE financial criteria for the last two years of trading, or for the period which is available if trading for less than two years; and (c) in response to 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.6) The financial information received under ESPD, Question Ref. 4B.6 shall be evaluated and scored out of 50 by allocating a score against nine individual economic and financial standing evaluation criteria, namely: 1. Acid Test Ratio 2. Cash Interest Cover Ratio 3. Return on Capital Employed 4. Operating Profit Ratio 5. Net Worth 6. Gearing 7. Annual Contract Value to Turnover 8. Filed Accounts 9. Audit Report The individual scores shall be weighted , with the most recent (\"Year 1\") financial statements weighted at 67% and the previous (\"Year 2\") statements being weighted at 33%, to form an aggregated score for each of the nine criteria over the two years. The maximum cumulative score resulting from the summation of the nine economic and financial standing aggregated scores shall be 50 marks. A submission shall be marked as a FAIL and will not be considered further if the score achieved by a Single Economic Operator or a Group of Economic Operators is less than 50 percent of the available marks. The scoring mechanism can be downloaded via the Public Contracts Scotland portal www.publiccontractsscotland.gov.uk. Where the submission has been submitted by a Group of Economic Operators, the information submitted by each Group Member will be evaluated in the proportion of the percentage shareholdings or percentage equity/interest of each Group Member and a score determined for such Group of Economic Operators on that basis. Insurance (Question Ref. 4B.5) In response to Question Ref. 4B.5 Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Employer's Liability Insurance = 5 000 000 GBP Public Liability Insurance = 5 000 000 GBP Professional Indemnity Insurance = 5 000 000 GBP In responding to Question Ref. 4B.5a,4B.5b and 4B.5c of the 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 (f) 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). The responses to Statement (a) 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 (b), (c), (d), (e) and (f) 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). A response 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 5 statements (b), (c), (d), (e) and (f). Under ESPD, Question Ref. 4D economic operators shall be required to insert suitable responses to Statements (g), (h), and (i) demonstrating that they have in place an appropriate quality, environmental and health and safety management systems. Economic Operators should specify their 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 (g), (h) and (i) 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. Under ESPD, Question Ref. 4C6 economic operators shall be required to insert suitable responses to Statement (j) demonstrating that their employees have the requisite experience, educational and professional qualifications to perform the framework agreement. The response to Statement (j) shall be assessed on the basis of PASS or FAIL. Economic Operators who fail to provide suitable experience or satisfy these minimum standards shall be excluded from the procurement competition.",
                    "minimum": "Statement (a) Formulation of Strategies, Policies, and Plans - Within the last five years and to a minimum total fee value of 250 000 GBP, have you carried out the appraisal and/or development of a national/regional programme of multi-modal transport interventions? Statement (b) - Multi-modal Modelling and Forecasting - (Weighting 25%): Give examples of national or regional multi-modal transport models and forecasting projects that you have developed and outline the key risks and challenges? Statement (c) Option Development and Assessment - (Weighting 30%): Provide details of experience of scheme development and appraisal of multi-modal options (including roads, rail, bus, ferry, ports, active travel, and electric vehicles). Illustrate experience of the different stages of STAG or other appraisal techniques, explaining interactions with policy frameworks. Describe costing approaches to different modes and an appreciation of scheme financing. Statement (d) Engaging with Stakeholders - (Weighting 25%): Outline a previous approach to engaging a range of stakeholders during a study/review to ensure their interests are elicited. Provide evidence of techniques for consultation with stakeholders (RTPs, local authorities, business, community groups, special interests and public). Statement (e) Strategic Environment Assessment (SEA) - (Weighting 10%): Provide details of conducting a previous SEA for a programme of infrastructure measures in compliance with the Environmental Assessment (Scotland) Act 2005. Give examples of SEAs completed for major plans or programmes. Statement (f) Training and Recruitment - (Weighting 10%): Provide details of training, recruitment, retention and staff welfare including approach to employee training (i.e. development of workforce skills, training initiatives, apprenticeships, provision of training opportunities); evidence of provision of staff welfare facilities; and details of recruitment policy, including procedures to secure diversity and equal opportunities. Note: Responses to Statements (a) to (f) shall have been carried out in the last 5 years. Statement (g) - 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 (h) - Environmental Management System. This may BS EN ISO 14001:2004 (Environmental Management Systems); Other accredited management system; or Own non-accredited management system. Statement (i) - 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. Statement (j) - Staff to be employed under the Contract shall have minimum levels of experience, education and professional qualifications. Economic operators should provide the following sample CVs (each on a single A4 page) showing personnel who were considered pivotal in the delivery of projects referred to in your responses to Statements (a) to (e) and which contain the skills necessary to deliver the multi-modal scope of study which embraces road, rail, bus, park and ride, active travel, electric vehicles, intelligent transport systems, ferries and ports; - Project Director - Project Manager - Principal Transport Modeller - Principal Transport Planner - Principal Economist - Senior Transport Economist - Senior Transport Planner - Principal Transport Infrastructure Engineer - Senior Infrastructure Engineer (costing and risk) - Principal Environmental Planner (SEA) - Senior Environmental Planner - Stakeholder Co-ordinator. The aforementioned transportation staff should be either a Chartered professional (or equivalent qualification), and other roles at Principal and above should have the experience of a Chartered professional within their specific profession."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2018-10-17T00:00:00Z"
            }
        },
        "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": "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 tenderer. Each selected economic operator shall be invited to submit a Tender on the same contract terms. The submission, comprising the completed ESPD, shall be submitted via the Public Contracts Scotland portal, by no later than 1200hrs BST/GMT on 6 July 2018. Suppliers are advised to allow adequate time for uploading 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 22 June 2018. 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=543122. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority's economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. Further information will be in the tender documents. (SC Ref:543122) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=543122",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000540578"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000540578"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 090-203047"
        }
    ]
}