Award

Multiple Framework Agreement for Asset Management

TRANSPORT SCOTLAND

This public procurement record has 2 releases in its history.

Award

25 Jul 2019 at 00:00

Tender

05 Jun 2018 at 00:00

Summary of the contracting process

Transport Scotland is procured contracts under the title "Multiple Framework Agreement for Asset Management," aimed at supporting its Asset Management Improvement Programme (AMIP). This is a selective procurement process conducted through a restricted procedure, and the contract is located in Glasgow, UK. The tender period ended on 20 July 2018, with a total value estimated at £2,000,000. The successful bidders for this contract who were awarded include Jacobs U.K. Limited, Atkins Limited, and Mott MacDonald, which will be responsible for providing consultancy support in areas such as lifecycle planning and network resilience.

This framework agreement presents a significant opportunity for consulting firms specialising in asset management within the transport sector, particularly those experienced in working with government agencies. Businesses with expertise in lifecycle management, infrastructure consultancy, or performance management would particularly fit the requirements. The flexible nature of this contract, allowing for mini-competitions among selected suppliers, further encourages firms to showcase their capabilities and secure continual work throughout the agreed four-year period.

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

Multiple Framework Agreement for Asset Management

Notice Description

The Multiple Framework Agreement for Asset Management will enable the continuation of Transport Scotland's Asset Management Improvement Programme (AMIP). The AMIP delivers a number of tangible benefits to the practices of the organisation and it's supply chain and has been instrumental in delivering increased funding for trunk road maintenance. Specialist asset management consultancy support is therefore required for activities including lifecycle planning; network resilience; scheme identification, prioritisation and optimisation; updates to road asset management policy, strategy and plan; information management; performance management; staff support and training. It is expected that these services will be delivered through a combination of external support and secondment.

Lot Information

Lot 1

The framework agreement will be in place for a period of 4 years to award tasks and continue beyond that period until the satisfactory completion of tasks awarded. 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 consultants to undertake specialist asset management consultancy to support Transport Scotland's ongoing Asset Management Improvement Programme. It has been concluded that this requirement would be best met through the use of a multiple supplier framework agreement. The intent of this competition is to procure three suitably experienced service providers ("Framework Participants") that will permit the execution of services in relation to projects of varying size, complexity and value. Having three Framework Participants allows Transport Scotland to select consultants based on the availability of the most appropriate technical skills and ability. In addition, this arrangement provides flexibility to cover situations where potential conflicts of interest or capacity issues arise. The services will generally be called off from the framework agreement on the basis of the technical ability of framework participants based on the assessment of the quality criteria of the tender. In addition, the Employer will have the option to run mini-competitions as an alternative where it considered advantageous to do so. The Contractor will be procured through a competitive tender procedure, in accordance with the restricted procedure as provided for 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. The ESPD can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). The scope of works will include, but not limited to: - identifying and developing procedures for improved value for money and efficiency in trunk road asset management and maintenance contracts - improving internal and supply chain performance - asset management systems, regimes, policies, plans and procedures - enhancing the Trunk Road and Bus Operations (TRBO)Customer Strategy to set out how we identify, engage with, inform and respond to customers. The Customer Strategy sets out how TRBO identifies, engages with, informs and responds to stakeholders in order to provide a positive customer experience. The service provider may be required to provide seconded staff to be located in the offices of Transport Scotland.. 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-r6ebe6-0000541671
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL361547
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71311000 - Civil engineering consultancy services

71311210 - Highways consultancy services

71311300 - Infrastructure works consultancy services

Notice Value(s)

Tender Value
£2,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£2,000,000 £1M-£10M

Notice Dates

Publication Date
25 Jul 20196 years ago
Submission Deadline
20 Jul 2018Expired
Future Notice Date
Not specified
Award Date
22 Jul 20196 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

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

Buyer Location

Locality
GLASGOW
Postcode
G4 0HF
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM82 Glasgow City

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

Supplier Information

Number of Suppliers
3
Supplier Names

ATKINS

JACOBS

MOTT MACDONALD

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000541671-2019-07-25T00:00:00Z",
    "date": "2019-07-25T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000541671",
    "initiationType": "tender",
    "parties": [
        {
            "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"
            }
        },
        {
            "id": "org-41",
            "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://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Transport",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "http://www.transport.gov.scot"
            }
        },
        {
            "id": "org-42",
            "name": "Jacobs U.K. Limited",
            "identifier": {
                "legalName": "Jacobs U.K. Limited"
            },
            "address": {
                "streetAddress": "95 Bothwell Street",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G2 7HX"
            },
            "contactPoint": {
                "telephone": "+44 1412438560"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-43",
            "name": "Atkins Limited",
            "identifier": {
                "legalName": "Atkins Limited"
            },
            "address": {
                "streetAddress": "The Axis, 10 Holliday Street",
                "locality": "Birmingham",
                "region": "UKG31",
                "postalCode": "B1 1TF"
            },
            "contactPoint": {
                "telephone": "+44 1214835792"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-44",
            "name": "Mott MacDonald",
            "identifier": {
                "legalName": "Mott MacDonald"
            },
            "address": {
                "streetAddress": "St Vincent Plaza, 319 St Vincent Street",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G2 5LD"
            },
            "contactPoint": {
                "telephone": "+44 1412223798"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "Transport Scotland",
        "id": "org-41"
    },
    "tender": {
        "id": "TS/TRBO/SER/2018/03",
        "title": "Multiple Framework Agreement for Asset Management",
        "description": "The Multiple Framework Agreement for Asset Management will enable the continuation of Transport Scotland's Asset Management Improvement Programme (AMIP). The AMIP delivers a number of tangible benefits to the practices of the organisation and it's supply chain and has been instrumental in delivering increased funding for trunk road maintenance. Specialist asset management consultancy support is therefore required for activities including lifecycle planning; network resilience; scheme identification, prioritisation and optimisation; updates to road asset management policy, strategy and plan; information management; performance management; staff support and training. It is expected that these services will be delivered through a combination of external support and secondment.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71311000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71311210",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71311300",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Transport Scotland, Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 2000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "written"
        ],
        "tenderPeriod": {
            "endDate": "2018-07-20T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN321452",
                "documentType": "contractNotice",
                "title": "Multiple Framework Agreement for Asset Management",
                "description": "The Multiple Framework Agreement for Asset Management will enable the continuation of Transport Scotland's Asset Management Improvement Programme (AMIP). The AMIP delivers a number of tangible benefits to the practices of the organisation and it's supply chain and has been instrumental in delivering increased funding for trunk road maintenance. Specialist asset management consultancy support is therefore required for activities including lifecycle planning; network resilience; scheme identification, prioritisation and optimisation; updates to road asset management policy, strategy and plan; information management; performance management; staff support and training. It is expected that these services will be delivered through a combination of external support and secondment.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN321452",
                "format": "text/html"
            },
            {
                "id": "JUN321452-1",
                "title": "Financial ratio table and scoring Information",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN321452&idx=1",
                "datePublished": "2018-06-08T08:53:53Z",
                "dateModified": "2018-06-08T08:53:53Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN321452-2",
                "title": "Details for response to ESPD Question 4C.1.2",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN321452&idx=2",
                "datePublished": "2018-06-19T16:54:15Z",
                "dateModified": "2018-06-19T16:54:15Z",
                "format": "application/pdf"
            },
            {
                "id": "JUN321452-3",
                "title": "For response to ESPD Question 4C.1.2",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN321452&idx=3",
                "datePublished": "2018-06-19T16:55:34Z",
                "dateModified": "2018-06-19T16:55:34Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN321452-4",
                "title": "Circular Advice Note 2",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN321452&idx=4",
                "datePublished": "2018-06-22T15:24:34Z",
                "dateModified": "2018-06-22T15:24:34Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN321452-5",
                "title": "Economic and Financial Criteria-Ratio Requirements Form to be used in response to ESDP Question 4B6.",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN321452&idx=5",
                "datePublished": "2018-06-22T15:26:04Z",
                "dateModified": "2018-06-22T15:26:04Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN321452-6",
                "title": "Circular Advice Note 3 - response to query relating to word count/word limit",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN321452&idx=6",
                "datePublished": "2018-06-28T13:19:04Z",
                "dateModified": "2018-06-28T13:19:04Z",
                "format": "application/pdf"
            },
            {
                "id": "JUN321452-7",
                "title": "Response to Questions 5 and 6.",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN321452&idx=7",
                "datePublished": "2018-07-09T10:03:56Z",
                "dateModified": "2018-07-09T10:03:56Z",
                "format": "application/pdf"
            },
            {
                "id": "JUN321452-8",
                "title": "For response to Questions 2A17, 2C1 and/or 2D1 (if required)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN321452&idx=8",
                "datePublished": "2018-07-19T15:59:21Z",
                "dateModified": "2018-07-19T15:59:21Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "JUN321452-9",
                "title": "To advise of blank ESPD form",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN321452&idx=9",
                "datePublished": "2018-07-19T16:01:08Z",
                "dateModified": "2018-07-19T16:01:08Z",
                "format": "application/pdf"
            },
            {
                "id": "JUL361547",
                "documentType": "awardNotice",
                "title": "Multiple Framework Agreement for Asset Management",
                "description": "The Multiple Framework Agreement for Asset Management will enable the continuation of Transport Scotland's Asset Management Improvement Programme (AMIP). The AMIP delivers a number of tangible benefits to the practices of the organisation and it's supply chain and has been instrumental in delivering increased funding for trunk road maintenance. Specialist asset management consultancy support is therefore required for activities including lifecycle planning; network resilience; scheme identification, prioritisation and optimisation; updates to road asset management policy, strategy and plan; information management; performance management; staff support and training. It is expected that these services will be delivered through a combination of external support and secondment.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL361547",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The framework agreement will be in place for a period of 4 years to award tasks and continue beyond that period until the satisfactory completion of tasks awarded. 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 consultants to undertake specialist asset management consultancy to support Transport Scotland's ongoing Asset Management Improvement Programme. It has been concluded that this requirement would be best met through the use of a multiple supplier framework agreement. The intent of this competition is to procure three suitably experienced service providers (\"Framework Participants\") that will permit the execution of services in relation to projects of varying size, complexity and value. Having three Framework Participants allows Transport Scotland to select consultants based on the availability of the most appropriate technical skills and ability. In addition, this arrangement provides flexibility to cover situations where potential conflicts of interest or capacity issues arise. The services will generally be called off from the framework agreement on the basis of the technical ability of framework participants based on the assessment of the quality criteria of the tender. In addition, the Employer will have the option to run mini-competitions as an alternative where it considered advantageous to do so. The Contractor will be procured through a competitive tender procedure, in accordance with the restricted procedure as provided for 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. The ESPD can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). The scope of works will include, but not limited to: - identifying and developing procedures for improved value for money and efficiency in trunk road asset management and maintenance contracts - improving internal and supply chain performance - asset management systems, regimes, policies, plans and procedures - enhancing the Trunk Road and Bus Operations (TRBO)Customer Strategy to set out how we identify, engage with, inform and respond to customers. The Customer Strategy sets out how TRBO identifies, engages with, informs and responds to stakeholders in order to provide a positive customer experience. The service provider may be required to provide seconded staff to be located in the offices of Transport Scotland.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "It is intended that a minimum of five economic operators be taken forward to tender stage. These economic operators shall be those who have: (i) submitted a compliant submission, comprising the completed ESPD; (ii) satisfied the relevant selection criteria under the exclusion grounds; (iii) (a) Minimum Standards of Eligibility - provided evidence of working on specified types of projects over a specified value; and (b) Technical or Professional Ability - provided evidence demonstrating an acceptable level of technical or professional ability. (c) Human Resources - possess the necessary human resources, qualified appropriately to perform the requirement. (iv) has in place quality, environmental and health and safety management systems and/or has in place appropriate sustainability measures which attribute significantly to the requirement; (v) satisfied minimum standards of economic and financial standing; (vi) achieved the first, second, third, fourth or fifth highest combined weighted scores in respect of technical or professional ability calculated in accordance with the responses to Statements (b) to (g) (inclusive) in Section III.1.3). However, if an economic operator has not submitted a compliant submission as described in (i) above, failed in respect of either (ii), (iii), (iv) or (v) above, then that economic operator shall be excluded from the ranking of scores described in (vi) as above. Economic operators shall be required to self-certify their adherence to the above selection criteria via the ESPD (Question Ref. 5.1). Suppliers shall be required to submit appropriate means of proof at a later stage as stated in Regulation 60 of the Public Contracts (Scotland) Regulations 2015."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "The assessment will be on the experience of the supplier in delivering similar services to organisations in the roads/infrastructure sector",
                            "description": "80"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                }
            }
        ],
        "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. Further details will be contained within the tender documents."
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2018-09-12T00:00:00Z"
        },
        "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. Qualifications and Experience It is a requirement of the Contract that staff employed under the Contract shall have minimum levels of experience, education and professional qualifications. In particular, the top management of the frameworks appointee shall be a Chartered Professional or equivalent with considerable experience at a senior level of managing integrated teams and other specialisms relevant to the provision and performance of the services. The Framework Director shall be a Chartered Professional or equivalent with recognised professional qualifications relevant to road infrastructure. They will have significant experience in providing strategic advice and support in all aspects of infrastructure asset management to clients in the public and/or regulated sector. In addition, they will have demonstrable experience in quality management and ensuring the delivery of outputs in line with the client's requirements for projects of a similar scope and value proposed to be undertaken through this framework agreement. The Framework Manger shall be a Chartered Professional or equivalent with recognised professional qualifications relevant to road infrastructure with considerable post chartered experience in a senior position of managing teams relevant to the provision and performance of similar Services to public and/or regulated sector clients. Asset Management Specialists shall have a degree and relevant professional qualification with considerable experience in the development and embedment of strategic asset management policies, plans and regimes."
                },
                {
                    "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. 4B1a 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. 4B6 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 Refs. 4B5a and 4B5c 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. 4B6) The financial information received under ESPD, Question Ref. 4B6 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. 4B5) In response to Question Refs. 4B5a and 4B5c economic operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Public Liability Insurance = 5,000,000 GBP Professional Indemnity Insurance = 5,000,000 GBP In responding to Question Refs. 4B5a and 4B5c 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."
                },
                {
                    "type": "technical",
                    "description": "ESPD: Question Ref. 4C.1.2 - Using the tables provided economic operators shall be required to insert suitable responses to Statements (b) 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). A \"group of economic operators\" is defined as an unincorporated consortium or joint venture. Statement (a) is not scored but is required to be completed. The responses to Statements (b) to (g) inclusive 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). Under ESPD, Question Refs 4D1 and 4D2 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 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 (h), (i) and (j) shall each be assessed on the basis of PASS or FAIL. Economic operators who obtain a FAIL in either of their responses shall not be considered further in this procurement competition.",
                    "minimum": "Statement (a) Provide no more than 4 'reference projects' which reflect similar works in terms of scope, size and/or complexity to the Contract, predominantly carried out within the last five years detailing your role and the scope of services performed (maximum 1000 words per project) Statement (b) (weighting 20%) From your reference projects, provide details of your experience in producing asset management plans and promoting their integration into the working practices of an organisation in the roads/infrastructure industry (maximum 750 words) Statement (c) (weighting 15%) From your reference projects, provide details of your approach to undertaking gap analysis against ISO55000 (or other relevant standards), preparing improvement plans and advising clients during the accreditation and re-accreditation process (maximum 750 words) Statement (d) (weighting 15%) From your reference projects, provide details of your experience in advising clients in the management and use of data in asset management. Your response should focus on how to maximise the efficiency of data, in terms of both reduced management resource and enhanced decision making using data sets (maximum 750 words) Statement (e) (weighting 15%) From your reference projects, provide details of how you have assisted clients with the development of lifecycle plans and models for road/infrastructure assets and decision support tools. This should consider the collation, validation and entry of data for these models and also the development of the models themselves (maximum 750 words) Statement (f) (weighting 15%) From your reference projects, identify how you have provided advice on customer engagement to understand the priorities, concerns and experiences of users of roads/infrastructure. You should pay particular attention to any methods which are innovative or have been implemented on a trial basis. (maximum 750 words) Statement (g) (weighting 20%) From your reference projects, provide details of your experience in pavement engineering in an operation and maintenance environment. This should include information on how you identified the failure/deterioration mechanism in the pavement, identified potential treatments and appraised these to identify the solution that provided best whole life cost, taking into account other relevant criteria (such as safety, carbon, journey time reliability) (maximum 750 words) Statement (h) - Quality Management System. This may be European Foundation Quality Model (EFQM) or equivalent; BS EN ISO 9001:2015 (Quality Management Systems); Other accredited management system; or Own non-accredited management system. Statement (i) - Environmental Management System. This may BS EN ISO 14001:2015 (Environmental Management Systems) ; Other accredited management system; or Own non-accredited management system. Statement (j) - 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": 180
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 3
            }
        },
        "classification": {
            "id": "71311000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "(SC Ref:592186)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000541671"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000541671"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "TS/TRBO/SER/2018/03",
            "suppliers": [
                {
                    "id": "org-42",
                    "name": "Jacobs U.K. Limited"
                },
                {
                    "id": "org-43",
                    "name": "Atkins Limited"
                },
                {
                    "id": "org-44",
                    "name": "Mott MacDonald"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "TS/TRBO/SER/2018/03",
            "awardID": "TS/TRBO/SER/2018/03",
            "status": "active",
            "value": {
                "amount": 2000000,
                "currency": "GBP"
            },
            "dateSigned": "2019-07-22T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 107-244057"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "77",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            }
        ]
    }
}