Award

Development Management and Road Safety Services MFA

TRANSPORT SCOTLAND

This public procurement record has 3 releases in its history.

Award

13 Jun 2022 at 00:00

TenderUpdate

08 Aug 2018 at 00:00

Tender

10 Jul 2018 at 00:00

Summary of the contracting process

Transport Scotland is seeking to establish a Framework Agreement for Development Management and Road Safety Services, with a total estimated value of £6 million. The procurement is currently at the Planning stage, with the tender period ending on 9 August 2018. The framework will be in place for a duration of three years, with an option for a one-year extension. The services are primarily for the transport industry and will be delivered mainly in Glasgow and Edinburgh, as specified in the contract. The procurement method employed is selective or restricted procedure, which entails inviting selected suppliers to tender.

This procurement presents significant growth opportunities for consultancy firms specialising in transport planning, road safety analysis, and development management. Businesses with expertise in providing quality assurance, technical advice, and project management services in relation to planning applications are well-suited to compete for this contract. The framework allows for multiple suppliers to be appointed, with the potential for ongoing work over several years, making it an attractive prospect for both large and medium-sized enterprises in the sector.

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

Development Management and Road Safety Services MFA

Notice Description

Transport Scotland have identified the continuing need for a framework that will support Transport Scotland in undertaking its role in supporting the Scottish Ministers to fulfil their duties under the Town and Country Planning (Development Management Procedure) (Scotland) Regulations 2013 and their duties in relation to Development Planning and Management under Planning Circulars 6/2013: Development Planning and 3/2013: Development Management Procedures. The framework will provide audit and advisory support to Transport Scotland on all aspects of the development management processes and offer more specific support to address road safety objectives as set out in the Scottish Government's Road Safety Framework and Strategic Road Safety Plan. This new framework will promote a safe systems approach, by integrating development management and road safety services and by providing specific advice and support for road safety policy and delivery.

Lot Information

Development Management - Planning Applications Advice and Auditing Services

Transport Scotland have identified a need for the provision of consultancy services to assist the Scottish Ministers acting through Transport Scotland in the provision of Development Management Advisor and Auditor Services. The proposed framework will be in place for a period of 3 years with a potential 1 year extension. The intention of this competition is to procure three suitably experienced Economic Operators (a "Contractor/ Supplier/ Consultant") that will permit the execution of services in relation to the scope of services. It is intended that three commissions are awarded (lead, first standby and second standby) to cater for situations when Service Providers have a conflict of interest as regards the particular service required. Unless unable to provide the service due to conflict of interest, the lead Economic Operator shall carry out the service. It is not expected that the first standby Economic Operator will complete more than 10 to 15% of the overall commission, with the second standby Economic Operator completing commensurately less. The Contract terms and conditions will be based upon Scottish Government's model Services Contract. Each selected economic operator shall be invited to submit a tender on the same contract terms. Requirement The scope of works will include, but not limited to: - Auditing of development appraisals, Transport Assessments, Environmental Impact Assessments, Travel Plans etc. for Minor/ Major Planning Applications and Pre-Planning Enquiry; - Provision of two dedicated in-house Project/ Quality Managers who will be responsible for overseeing the delivery and quality of the service as well as performance management of the wider commission supplier team; - Provision of a dedicated core team to deal with applications; - Preparation of material and attending Public Inquiries etc., - Preparation of material and present training seminars and talks; - Provision of Development Plan Liaison Officer; - Attendance at and preparation for Progress Meetings; - Manage and deliver an improved customer experience including provision of a Customer Engagement Officer, undertaking annual customer feedback and surveys; - Actively promote succession planning through the term of the framework; and - Attendance at and preparation for Framework Supplier Meetings. 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).

Development Management and Road Safety - Support Services

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 specialists development management and road safety advise to support on going policy and delivery. This need will be required principally in relation to the trunk road network but Transport Scotland and other Scottish Government core directorates and organisations may also use the Contract for Services relating to other transport related projects. The proposed framework will be in place for a period of 3 years with an additional 1 year extension being possible. The intention of this competition is to procure five suitably experienced economic operators (a "Contractor/ Supplier/ Consultant") that will permit the execution of services in relation to the scope of services. Having five Framework Participants allows Transport Scotland to select economic operators based on availability of the most technical skills and ability. In addition, this arrangement provides flexibility to cover situations where potential conflicts of interest or capacity issues occur. The services will generally be called off from the Services Agreement on the basis of a technical ability and capacity on round robin approach. In addition, the employer will have the option to run mini-competitions on work over OJEU value. Requirement The scope of works will include, but not limited to: - Provision of advice and support (including the provision of in-house staff) to the Strategic Road Safety team as required to support the delivery of the Scottish Governments 2020 casualty reduction targets; - Provide specialised Development Management support (including the provision of in-house staff) as required to support delivery of the Transport Scotland delivery priorities; - Provide support and advice towards the promotion of innovation and best practice in the areas of Development Management and Road Safety; - Conduct and audit Area based Transport Studies where these are in support of Development Management and Road Safety outcomes; - The Auditing and Reporting on submitted Transport Assessments and Environmental Impact Assessments relating to Section 36 applications; - Preparation of specialist material and attending formal meetings etc., Parliament, Public Inquiry as an expert witness in support of Development Management and Road Safety Services; and - Comment on, evaluate and undertake Safety Audits. The Economic Operator 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).

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000541711
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN451345
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

30 - Office and computing machinery, equipment and supplies except furniture and software packages

71 - Architectural, construction, engineering and inspection services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

30196000 - Planning systems

71240000 - Architectural, engineering and planning services

71410000 - Urban planning services

90712000 - Environmental planning

90712100 - Urban environmental development planning

Notice Value(s)

Tender Value
£6,000,000 £1M-£10M
Lots Value
£6,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£6,000,000 £1M-£10M

Notice Dates

Publication Date
13 Jun 20223 years ago
Submission Deadline
9 Aug 2018Expired
Future Notice Date
Not specified
Award Date
1 Aug 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
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
GLASGOW
Postcode
G4 0HF
Post Town
Glasgow
Country
Scotland

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

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

Supplier Information

Number of Suppliers
5
Supplier Names

AECOM

JACOBS

SWECO

SYSTRA

WSP

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-r6ebe6-0000541711-2022-06-13T00:00:00Z",
    "date": "2022-06-13T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000541711",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-8",
            "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",
                "faxNumber": "+44 1412727272",
                "url": "https://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-21",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "name": "Denise Angus",
                "email": "denise.angus@transport.gov.scot",
                "telephone": "+44 1412727385",
                "faxNumber": "+44 1412727272",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.transport.gov.scot"
            }
        },
        {
            "id": "org-23",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "name": "Stephen Cragg",
                "email": "Stephen.Cragg@transport.gov.scot",
                "telephone": "+44 1412727100",
                "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-195",
            "name": "SYSTRA Ltd",
            "identifier": {
                "legalName": "SYSTRA Ltd"
            },
            "address": {
                "streetAddress": "7th Floor, 124 St.Vincent Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 5HF"
            },
            "contactPoint": {
                "telephone": "+44 1412254408"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-25",
            "name": "Jacobs",
            "identifier": {
                "legalName": "Jacobs"
            },
            "address": {
                "streetAddress": "95 Bothwell Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 7HX"
            },
            "contactPoint": {
                "telephone": "+44 1412438000"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-196",
            "name": "WSP",
            "identifier": {
                "legalName": "WSP"
            },
            "address": {
                "streetAddress": "7 Lochside View, Edinburgh Park",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH12 9DH"
            },
            "contactPoint": {
                "telephone": "+44 1313442336",
                "faxNumber": "+44 1313442301"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-197",
            "name": "Sweco UK Limited",
            "identifier": {
                "legalName": "Sweco UK Limited"
            },
            "address": {
                "streetAddress": "2nd Floor, Quay 2, 139 Fountainbridge",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH3 9QG"
            },
            "contactPoint": {
                "telephone": "+44 1315506300"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-24",
            "name": "AECOM",
            "identifier": {
                "legalName": "AECOM"
            },
            "address": {
                "streetAddress": "Aurora Building, 7th Floor, 120 Bothwell Street",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G2 7JS"
            },
            "contactPoint": {
                "telephone": "+44 1412480300"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-27",
            "name": "Sheriff Clerk's Office",
            "identifier": {
                "legalName": "Sheriff Clerk's Office"
            },
            "address": {
                "streetAddress": "PO Box 23, 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "email": "glasgow@scotcourts.gov.uk",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Transport Scotland",
        "id": "org-23"
    },
    "tender": {
        "id": "TS/TRBO/SER/2018/05",
        "title": "Development Management and Road Safety Services MFA",
        "description": "Transport Scotland have identified the continuing need for a framework that will support Transport Scotland in undertaking its role in supporting the Scottish Ministers to fulfil their duties under the Town and Country Planning (Development Management Procedure) (Scotland) Regulations 2013 and their duties in relation to Development Planning and Management under Planning Circulars 6/2013: Development Planning and 3/2013: Development Management Procedures. The framework will provide audit and advisory support to Transport Scotland on all aspects of the development management processes and offer more specific support to address road safety objectives as set out in the Scottish Government's Road Safety Framework and Strategic Road Safety Plan. This new framework will promote a safe systems approach, by integrating development management and road safety services and by providing specific advice and support for road safety policy and delivery.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71240000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71410000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90712000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "30196000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "71410000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71240000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90712000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "30196000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amount": 6000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2018-08-09T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUL324980",
                "documentType": "contractNotice",
                "title": "Development Management and Road Safety Services MFA",
                "description": "Transport Scotland have identified the continuing need for a framework that will support Transport Scotland in undertaking its role in supporting the Scottish Ministers to fulfil their duties under the Town and Country Planning (Development Management Procedure) (Scotland) Regulations 2013 and their duties in relation to Development Planning and Management under Planning Circulars 6/2013: Development Planning and 3/2013: Development Management Procedures. The framework will provide audit and advisory support to Transport Scotland on all aspects of the development management processes and offer more specific support to address road safety objectives as set out in the Scottish Government's Road Safety Framework and Strategic Road Safety Plan. This new framework will promote a safe systems approach, by integrating development management and road safety services and by providing specific advice and support for road safety policy and delivery.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL324980",
                "format": "text/html"
            },
            {
                "id": "JUL324980-1",
                "title": "Supplementary Information Document - Statements Lot 1",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL324980&idx=1",
                "datePublished": "2018-07-12T11:10:10Z",
                "dateModified": "2018-07-12T11:10:10Z",
                "format": "application/pdf"
            },
            {
                "id": "JUL324980-2",
                "title": "Supplementary Information Document - Statements Lot 2",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL324980&idx=2",
                "datePublished": "2018-07-12T11:10:11Z",
                "dateModified": "2018-07-12T11:10:11Z",
                "format": "application/pdf"
            },
            {
                "id": "JUL324980-3",
                "title": "SID - Economic and Financial Standing Evaluation Criteria Ratios and Scoring",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL324980&idx=3",
                "datePublished": "2018-07-12T11:10:11Z",
                "dateModified": "2018-07-12T11:10:11Z",
                "format": "application/pdf"
            },
            {
                "id": "JUL324980-4",
                "title": "SID - Relevant Examples and Statements Table - Lot 1",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL324980&idx=4",
                "datePublished": "2018-07-12T11:10:11Z",
                "dateModified": "2018-07-12T11:10:11Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL324980-5",
                "title": "SID - Relevant Examples and Statements Table - Lot 2",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL324980&idx=5",
                "datePublished": "2018-07-12T11:10:11Z",
                "dateModified": "2018-07-12T11:10:11Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL324980-6",
                "title": "SID - Quality Environmental and Health and Safety Management System Table",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL324980&idx=6",
                "datePublished": "2018-07-12T11:10:11Z",
                "dateModified": "2018-07-12T11:10:11Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL324980-7",
                "title": "statements for lot 1",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL324980&idx=7",
                "datePublished": "2018-07-12T11:10:11Z",
                "dateModified": "2018-07-12T11:10:11Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL324980-8",
                "title": "statements for lot 2",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL324980&idx=8",
                "datePublished": "2018-07-12T11:10:11Z",
                "dateModified": "2018-07-12T11:10:11Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL324980-9",
                "title": "Financial Ratios",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL324980&idx=9",
                "datePublished": "2018-07-12T11:10:11Z",
                "dateModified": "2018-07-12T11:10:11Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL324980-10",
                "title": "Quality, Environmental & Health & Safety table",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL324980&idx=10",
                "datePublished": "2018-07-12T11:10:11Z",
                "dateModified": "2018-07-12T11:10:11Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL324980-11",
                "title": "Example and Statement table for lot 1",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL324980&idx=11",
                "datePublished": "2018-07-12T11:10:11Z",
                "dateModified": "2018-07-12T11:10:11Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL324980-12",
                "title": "Example and Statement table for lot 2",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL324980&idx=12",
                "datePublished": "2018-07-12T11:10:12Z",
                "dateModified": "2018-07-12T11:10:12Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL324980-13",
                "title": "This form is to be used for the Economic and Financial Criteria-Ratios answers - 2 Years",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL324980&idx=13",
                "datePublished": "2018-08-03T16:04:27Z",
                "dateModified": "2018-08-03T16:04:27Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL324980-14",
                "title": "CIRCULAR ADVICE NOTE",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL324980&idx=14",
                "datePublished": "2018-08-08T16:33:47Z",
                "dateModified": "2018-08-08T16:33:47Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL324980-15",
                "title": "Please note the amendments to the Circular Advice Note.",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL324980&idx=15",
                "datePublished": "2018-08-09T17:54:41Z",
                "dateModified": "2018-08-09T17:54:41Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN451345",
                "documentType": "awardNotice",
                "title": "Development Management and Road Safety Services MFA",
                "description": "Transport Scotland have identified the continuing need for a framework that will support Transport Scotland in undertaking its role in supporting the Scottish Ministers to fulfil their duties under the Town and Country Planning (Development Management Procedure) (Scotland) Regulations 2013 and their duties in relation to Development Planning and Management under Planning Circulars 6/2013: Development Planning and 3/2013: Development Management Procedures. The framework will provide audit and advisory support to Transport Scotland on all aspects of the development management processes and offer more specific support to address road safety objectives as set out in the Scottish Government's Road Safety Framework and Strategic Road Safety Plan. This new framework will promote a safe systems approach, by integrating development management and road safety services and by providing specific advice and support for road safety policy and delivery.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN451345",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Development Management - Planning Applications Advice and Auditing Services",
                "description": "Transport Scotland have identified a need for the provision of consultancy services to assist the Scottish Ministers acting through Transport Scotland in the provision of Development Management Advisor and Auditor Services. The proposed framework will be in place for a period of 3 years with a potential 1 year extension. The intention of this competition is to procure three suitably experienced Economic Operators (a \"Contractor/ Supplier/ Consultant\") that will permit the execution of services in relation to the scope of services. It is intended that three commissions are awarded (lead, first standby and second standby) to cater for situations when Service Providers have a conflict of interest as regards the particular service required. Unless unable to provide the service due to conflict of interest, the lead Economic Operator shall carry out the service. It is not expected that the first standby Economic Operator will complete more than 10 to 15% of the overall commission, with the second standby Economic Operator completing commensurately less. The Contract terms and conditions will be based upon Scottish Government's model Services Contract. Each selected economic operator shall be invited to submit a tender on the same contract terms. Requirement The scope of works will include, but not limited to: - Auditing of development appraisals, Transport Assessments, Environmental Impact Assessments, Travel Plans etc. for Minor/ Major Planning Applications and Pre-Planning Enquiry; - Provision of two dedicated in-house Project/ Quality Managers who will be responsible for overseeing the delivery and quality of the service as well as performance management of the wider commission supplier team; - Provision of a dedicated core team to deal with applications; - Preparation of material and attending Public Inquiries etc., - Preparation of material and present training seminars and talks; - Provision of Development Plan Liaison Officer; - Attendance at and preparation for Progress Meetings; - Manage and deliver an improved customer experience including provision of a Customer Engagement Officer, undertaking annual customer feedback and surveys; - Actively promote succession planning through the term of the framework; and - Attendance at and preparation for Framework Supplier Meetings. 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).",
                "status": "complete",
                "value": {
                    "amount": 4000000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 8,
                    "maximumCandidates": 8
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "This assessment will be based on the approach to deliver the contract; how they will engage with the stakeholders; How they implement training and succession planning.",
                            "description": "70"
                        },
                        {
                            "type": "cost",
                            "name": "This assessment will be based on a financial assessment submission.",
                            "description": "30"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Development Management and Road Safety - Support Services",
                "description": "Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland has identified the requirement to appoint consultants to undertake specialists development management and road safety advise to support on going policy and delivery. This need will be required principally in relation to the trunk road network but Transport Scotland and other Scottish Government core directorates and organisations may also use the Contract for Services relating to other transport related projects. The proposed framework will be in place for a period of 3 years with an additional 1 year extension being possible. The intention of this competition is to procure five suitably experienced economic operators (a \"Contractor/ Supplier/ Consultant\") that will permit the execution of services in relation to the scope of services. Having five Framework Participants allows Transport Scotland to select economic operators based on availability of the most technical skills and ability. In addition, this arrangement provides flexibility to cover situations where potential conflicts of interest or capacity issues occur. The services will generally be called off from the Services Agreement on the basis of a technical ability and capacity on round robin approach. In addition, the employer will have the option to run mini-competitions on work over OJEU value. Requirement The scope of works will include, but not limited to: - Provision of advice and support (including the provision of in-house staff) to the Strategic Road Safety team as required to support the delivery of the Scottish Governments 2020 casualty reduction targets; - Provide specialised Development Management support (including the provision of in-house staff) as required to support delivery of the Transport Scotland delivery priorities; - Provide support and advice towards the promotion of innovation and best practice in the areas of Development Management and Road Safety; - Conduct and audit Area based Transport Studies where these are in support of Development Management and Road Safety outcomes; - The Auditing and Reporting on submitted Transport Assessments and Environmental Impact Assessments relating to Section 36 applications; - Preparation of specialist material and attending formal meetings etc., Parliament, Public Inquiry as an expert witness in support of Development Management and Road Safety Services; and - Comment on, evaluate and undertake Safety Audits. The Economic Operator 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).",
                "status": "complete",
                "value": {
                    "amount": 2000000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 8,
                    "maximumCandidates": 8
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "This assessment will be based on the approach to deliver the contract; how they will engage with the stakeholders; How they implement training and succession planning.",
                            "description": "70"
                        },
                        {
                            "type": "cost",
                            "name": "This assessment will be based on a financial assessment submission.",
                            "description": "30"
                        }
                    ]
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "contractTerms": {
            "performanceTerms": "It is the Employer's policy to measure the performance of each Economic Operator on a regular basis. In the event that the Economic Operator's performance falls below a satisfactory level, the Economic Operator 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"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2018-08-24T00:00:00Z"
        },
        "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.a and 4A.1.b. of the ESPD. 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 Commission Director, Commission Manager and Project/ Quality Managers shall be a Chartered Engineer or equivalent with considerable experience at a senior level of managing integrated teams and other specialisms relevant to the provision and performance of service. The Road Safety Auditor shall be a Chartered Engineer or equivalent and be qualified to undertake Road Safety Audits on the Trunk Road Network. The Commission Director (Lot 1 & 2) shall be a Chartered Engineer or equivalent with recognised professional qualifications relevant to development management/ transport planning. They will have significant experience in providing strategic advice and support in all aspects of development management to clients in the public and/or regulated sector. The Commission Manager (Lot 1 & 2)shall be a Chartered Engineer or equivalent with recognised professional qualifications relevant to development management/ transport planning with considerable post chartered experience in a senior position of managing integrated development planning, road safety and audit teams relevant to the provision and performance of the Services to public and/or regulated sector clients. Project/ Quality Managers (Lot 1) shall be a Chartered Engineer or equivalent with recognised professional qualifications relevant to transport planning with considerable post chartered experience. 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 agreement. Road Safety Auditor (Lot 2)shall be a Chartered Engineer or equivalent and be qualified to undertake Road Safety Audits on the Trunk Road Network."
                },
                {
                    "type": "economic",
                    "description": "Economic Operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, Economic Operators shall: (a) in response to ESPD, Question Ref. 4B.1.a 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.a and 4B.5.b 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.a) In response to Question Ref. 4B.5.a economic operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Public Liability Insurance = 10,000,000 GBP Professional Indemnity Insurance = 10,000,000 GBP And, in response to Question Ref. 4B.5.b 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.a and 4B.5.b 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.b - Using the tables provided 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). 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), (c) and (d) shall be assessed on the basis of a score with a minimum threshold, using the following scoring mechanism: - Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion (0 - 2 Unacceptable); - Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability (3 - 4 Weak); - Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature (5 - 6 Acceptable); - Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients (7 - 8 Good); - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients (9 -10 Excellent). An ESPD submission shall be marked as a FAIL and will not be considered further if the score achieved for any statement is less than or equal to 2. Where a response is greater than 2 it shall be weighted in order to calculate a score out of 100 for the 3 statements. Under ESPD, Question Ref. 4C.7 economic operators shall be required to insert suitable responses to Statements (e), (f), and (g) 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 & 4D2 economic operators are required to confirm their compliance and be able to provide the appropriate certification. The responses to Statements (e), (f) and (g) 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. Under ESPD, Question Ref. 4C6.1 economic operators shall be required to insert suitable responses to Statement (h) demonstrating that their employees have the requisite experience, educational and professional qualifications to perform the framework agreement. The response to Statement (h) shall be assessed on the basis of PASS or FAIL. Economic Operators who fail to provide suitable experience or satisfy these minimum standards will not be considered further in this procurement competition.",
                    "minimum": "Questions/requirements in relation to ESPD Question Ref. 4C.1, 4C6.1, 4C7, 4D1 and 4D2 for each individual lot can be found in the the Supplementary Information Document, which can be accessed via the Public Contracts Scotland portal www.publiccontractsscotland.gov.uk."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 8
            },
            "hasElectronicAuction": true
        },
        "classification": {
            "id": "90712100",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "amd-21",
                "description": "Due to unforeseen Transport Scotland Staffing issues we have decided to provide an extension to the current ESPD consultation until 12pm Monday 13 August 2018.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2018-08-09T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2018-08-13T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2018-08-24T00:00:00Z"
                        },
                        "newValue": {
                            "date": "2018-08-27T00:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.3",
                            "label": "Estimated date of dispatch of invitations"
                        }
                    }
                ]
            }
        ],
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 132-300888"
        }
    ],
    "description": "Transport Scotland will conduct the proposed procurement process for the Framework Agreement on behalf of the Scottish Ministers. In the event of the conclusion of the Framework Agreement, it is the intention that the Framework Agreement will be entered into between the Scottish Ministers and the most economically advantageous tenderers. Each selected economic operator shall be invited to submit a Tender on the same contract terms. The duration of the Framework Agreement referred to in paragraph II.2.7) of this notice is the original period of the proposed Framework Agreement. 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. 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 Framework Agreement 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 the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=447390. \"Community Benefits and Supplier/Subcontractor Opportunities text is automatically generated by the Public Contracts Scotland Portal, and may be expanded upon below\" A summary of the expected community benefits has been provided as follows: Further details of the community benefits that Transport Scotland intends to seek will be provided in the tender documents. (SC Ref:600254)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000541711"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000541711"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000541711"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "TS/TRBO/SER/2018/05-1",
            "title": "Development Management - Planning Applications Advice and Auditing Services",
            "suppliers": [
                {
                    "id": "org-195",
                    "name": "SYSTRA Ltd"
                },
                {
                    "id": "org-25",
                    "name": "Jacobs"
                },
                {
                    "id": "org-196",
                    "name": "WSP"
                }
            ],
            "relatedLots": [
                "1"
            ]
        },
        {
            "id": "TS/TRBO/SER/2018/05-2",
            "title": "Development Management and Road Safety - Support Services",
            "suppliers": [
                {
                    "id": "org-197",
                    "name": "Sweco UK Limited"
                },
                {
                    "id": "org-196",
                    "name": "WSP"
                },
                {
                    "id": "org-24",
                    "name": "AECOM"
                },
                {
                    "id": "org-25",
                    "name": "Jacobs"
                },
                {
                    "id": "org-195",
                    "name": "SYSTRA Ltd"
                }
            ],
            "relatedLots": [
                "2"
            ]
        }
    ],
    "contracts": [
        {
            "id": "TS/TRBO/SER/2018/05-1",
            "awardID": "TS/TRBO/SER/2018/05-1",
            "title": "Development Management - Planning Applications Advice and Auditing Services",
            "status": "active",
            "value": {
                "amount": 4000000,
                "currency": "GBP"
            },
            "dateSigned": "2019-08-01T00:00:00Z"
        },
        {
            "id": "TS/TRBO/SER/2018/05-2",
            "awardID": "TS/TRBO/SER/2018/05-2",
            "title": "Development Management and Road Safety - Support Services",
            "status": "active",
            "value": {
                "amount": 2000000,
                "currency": "GBP"
            },
            "dateSigned": "2019-09-23T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "515",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "516",
                "measure": "bids",
                "value": 5,
                "relatedLot": "2"
            }
        ]
    }
}