Tender

Scottish Trunk Road Network Management Contract - South West Unit

TRANSPORT SCOTLAND

This public procurement record has 4 releases in its history.

TenderUpdate

14 Nov 2018 at 00:00

TenderUpdate

13 Nov 2018 at 00:00

TenderUpdate

13 Nov 2018 at 00:00

Tender

04 Oct 2018 at 00:00

Summary of the contracting process

The Scottish Trunk Road Network Management Contract for the South West Unit, valued at £690 million, is overseen by Transport Scotland, located in Glasgow. This procurement process is currently in the tender stage, with a deadline for submissions set for 28 November 2018 at 12:00. The project involves integrated network management, including routine and emergency maintenance, as well as design and renewal improvement works across specified trunk roads in the region. The procurement method employed is competitive dialogue, allowing for a collaborative approach to formulate the best contractual arrangements.

This contract presents significant opportunities for businesses specialising in road maintenance and construction, particularly those with expertise in integrated network management, emergency response solutions, and civil engineering. Firms capable of demonstrating strong historical performance and financial stability will be well-placed to compete effectively. Additionally, companies focused on community benefits and capable of meeting the stringent technical requirements outlined in the procurement documentation will find this project particularly suited to their capabilities, allowing for potential growth and increased market presence in the transport 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

Scottish Trunk Road Network Management Contract - South West Unit

Notice Description

The provision of integrated network management; routine, winter and emergency maintenance; renewal and improvement works and other such works; design and supervision of renewal and improvement works and such other work on the specified trunk roads within the Unit. The contract will include indicative maximum value thresholds for categories of ordered work. These thresholds are subject to change during the contract based on the performance of the service provider.

Lot Information

Lot 1

Transport Scotland on behalf of the Scottish Ministers has identified the requirement to appoint a suitably experienced economic operator to operate the Scottish Trunk Road Network Management Contract - South West Unit (the "Contract"). This exercise is Tranche 1 of a 2 Tranche activity which covers all 4 Units within the Scottish Trunk Road Network. Tranche 1 focuses on the South Units with this notice being for the South West Unit. The procurement for the South East unit is covered under a separate contract notice and can be found on Public Contracts Scotland. Tranche 2 will comprise of the North Units and will be issued in 2020. A maximum of two Units can be won across the network and will be limited to one in the South and one in the North. For clarity and the avoidance of doubt in respect of the Award Restriction, an economic operator that has submitted a tender includes any person or entity involved in the Tranche 1 Procurement or Tranche 2 Procurement as parent undertaking in terms of section 1162 of the Companies Act 2006, any member of the group of companies of which the parent undertaking forms part, lead bidder, consortium or JV member, or any other reliant entity whose capacity in terms of technical and professional ability and/or economic and financial standing, is relied upon in terms of Regulation 64 of the Regulation. Transport Scotland will manage the procurement process on behalf of the Scottish Ministers. In the event of the contract award, the Contract will be entered into between the Scottish Ministers and the successful tenderer. The initial Contract term is 8 years with an option to extend for up to a further 4 years. The estimated value of the contract including any extension period is GBP 690,000,000. The Contract terms and conditions will be based upon ICE 5th Generation which has been amended by Transport Scotland. Each successful economic operator shall be invited to submit a tender on the same Contract terms. The contractor will be procured through a competitive tender procedure, in accordance with the competitive dialogue procedure as provided for in the Public Contracts (Scotland) Regulations 2015. Due to project complexity, the contract requires to be performed by a single contractor and as such shall not be divided into lots. 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). Requirement The scope of works will include but is not limited to: provision of integrated network management; routine, winter and emergency maintenance; renewal and improvement works and other such works; design and supervision of renewal and improvement works and such other work on the specified trunk roads within the Unit. The Contract will include indicative maximum value thresholds for categories of ordered work. These thresholds are subject to change during the Contract based on the performance of the service provider. Further information on the requirements and objectives of the Contract can be found in the attached supplementary document reference "Supplier Industry Day Supplementary Information Document. The information contained in the document is preliminary and will be supplemented with further information at tender stage. No warranty or representation of any kind is given as to the accuracy or completeness of such information. The Scottish Ministers, Transport Scotland and their advisers shall not be liable for any errors or omissions or lack of specificity in such information. Any reliance on or use of any information contained within the document is entirely at the risk of the economic operator.. 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.

Renewal: It is intended that the Contract will be in place for an initial period of 8 years with an option to extend for a further period of up to 4 years.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000555130
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV337646
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F14 - Corrigendum
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive dialogue
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services


CPV Codes

45220000 - Engineering works and construction works

45221100 - Construction work for bridges

45221110 - Bridge construction work

45221111 - Road bridge construction work

45233000 - Construction, foundation and surface works for highways, roads

45233100 - Construction work for highways, roads

45233110 - Motorway construction works

45233124 - Trunk road construction work

45233139 - Highway maintenance work

45233141 - Road-maintenance works

45233142 - Road-repair works

45233210 - Surface work for highways

45233280 - Erection of road-barriers

45233290 - Installation of road signs

45233292 - Installation of safety equipment

45233293 - Installation of street furniture

45316110 - Installation of road lighting equipment

50230000 - Repair, maintenance and associated services related to roads and other equipment

50232110 - Commissioning of public lighting installations

71322300 - Bridge-design services

71631450 - Bridge-inspection services

71631480 - Road-inspection services

Notice Value(s)

Tender Value
£690,000,000 £100M-£1B
Lots Value
£690,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Nov 20187 years ago
Submission Deadline
16 Nov 2018Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
TRANSPORT SCOTLAND
Contact Name
Stephen Breslin
Contact Email
stephen.breslin@transport.gov.uk
Contact Phone
+44 1412727100

Buyer Location

Locality
GLASGOW
Postcode
G4 0HF
Post Town
Glasgow
Country
Scotland

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

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

Further Information

Notice Documents

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-r6ebe6-0000555130-2018-11-14T00:00:00Z",
    "date": "2018-11-14T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000555130",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-76",
            "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 Breslin",
                "email": "stephen.breslin@transport.gov.uk",
                "telephone": "+44 1412727100",
                "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-7",
            "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 Breslin",
                "email": "stephen.breslin@transport.gov.uk",
                "telephone": "+44 1412727100",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.transport.gov.scot"
            }
        }
    ],
    "buyer": {
        "name": "Transport Scotland",
        "id": "org-7"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000555130",
        "title": "Scottish Trunk Road Network Management Contract - South West Unit",
        "description": "The provision of integrated network management; routine, winter and emergency maintenance; renewal and improvement works and other such works; design and supervision of renewal and improvement works and such other work on the specified trunk roads within the Unit. The contract will include indicative maximum value thresholds for categories of ordered work. These thresholds are subject to change during the contract based on the performance of the service provider.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45221110",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45221111",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233110",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233124",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233139",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233141",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233142",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233210",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233290",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233280",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233292",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233293",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45316110",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50230000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50232110",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71631480",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71631450",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71322300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45220000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45221100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Please see attached supplementary document reference \"II.2.3 Place of performance South West Unit\""
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 690000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive dialogue",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-11-16T12:00:00Z"
        },
        "documents": [
            {
                "id": "OCT333549",
                "documentType": "contractNotice",
                "title": "Scottish Trunk Road Network Management Contract - South West Unit",
                "description": "The provision of integrated network management; routine, winter and emergency maintenance; renewal and improvement works and other such works; design and supervision of renewal and improvement works and such other work on the specified trunk roads within the Unit. The contract will include indicative maximum value thresholds for categories of ordered work. These thresholds are subject to change during the contract based on the performance of the service provider.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT333549",
                "format": "text/html"
            },
            {
                "id": "OCT333549-1",
                "title": "II.2.3 Place of Performance South West Unit",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT333549&idx=1",
                "datePublished": "2018-10-08T08:41:22Z",
                "dateModified": "2018-10-08T08:41:22Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "OCT333549-2",
                "title": "III.1.2 Economic and Financial Standing Evaluation Criteria Ratios and Scoring - NMC",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT333549&idx=2",
                "datePublished": "2018-10-08T08:41:22Z",
                "dateModified": "2018-10-08T08:41:22Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "OCT333549-3",
                "title": "III.1.2 Reliance Response Table South West Unit",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT333549&idx=3",
                "datePublished": "2018-10-08T08:41:22Z",
                "dateModified": "2018-10-08T08:41:22Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "OCT333549-4",
                "title": "III.1.3 Technical and Professional Ability Statements - South West Unit",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT333549&idx=4",
                "datePublished": "2018-10-08T08:41:23Z",
                "dateModified": "2018-10-08T08:41:23Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "OCT333549-5",
                "title": "III.1.3 Technical and Professional Ability Response Tables South West Unit",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT333549&idx=5",
                "datePublished": "2018-10-08T08:41:23Z",
                "dateModified": "2018-10-08T08:41:23Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "OCT333549-6",
                "title": "Supplier Industry Day Supplementary Information Document",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT333549&idx=6",
                "datePublished": "2018-10-08T08:41:23Z",
                "dateModified": "2018-10-08T08:41:23Z",
                "format": "application/pdf"
            },
            {
                "id": "OCT333549-7",
                "title": "NMC Supplier Day Q&A",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT333549&idx=7",
                "datePublished": "2018-10-08T11:51:01Z",
                "dateModified": "2018-10-08T11:51:01Z",
                "format": "application/msword"
            },
            {
                "id": "OCT333549-8",
                "title": "III.1.3 Technical and Professional Ability Statements - South West Unit (Revision 1)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT333549&idx=8",
                "datePublished": "2018-10-17T19:28:14Z",
                "dateModified": "2018-10-17T19:28:14Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "OCT333549-9",
                "title": "III.1.3 Technical and Professional Ability Response Tables South West Unit (Revision 1)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT333549&idx=9",
                "datePublished": "2018-10-17T19:29:55Z",
                "dateModified": "2018-10-17T19:29:55Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "OCT333549-10",
                "title": "III.1.3 Technical and Professional Ability Statements - South West Unit (Revision 2)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT333549&idx=10",
                "datePublished": "2018-10-24T10:59:53Z",
                "dateModified": "2018-10-24T10:59:53Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "OCT333549-11",
                "title": "III.1.3 Technical and Professional Ability Response Tables South West Unit (Revision 2)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT333549&idx=11",
                "datePublished": "2018-10-24T11:00:59Z",
                "dateModified": "2018-10-24T11:00:59Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "OCT333549-12",
                "title": "Corrigendum Support Document III.1.2 - South West Unit",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=OCT333549&idx=12",
                "datePublished": "2018-11-14T11:58:55Z",
                "dateModified": "2018-11-14T11:58:55Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Transport Scotland on behalf of the Scottish Ministers has identified the requirement to appoint a suitably experienced economic operator to operate the Scottish Trunk Road Network Management Contract - South West Unit (the \"Contract\"). This exercise is Tranche 1 of a 2 Tranche activity which covers all 4 Units within the Scottish Trunk Road Network. Tranche 1 focuses on the South Units with this notice being for the South West Unit. The procurement for the South East unit is covered under a separate contract notice and can be found on Public Contracts Scotland. Tranche 2 will comprise of the North Units and will be issued in 2020. A maximum of two Units can be won across the network and will be limited to one in the South and one in the North. For clarity and the avoidance of doubt in respect of the Award Restriction, an economic operator that has submitted a tender includes any person or entity involved in the Tranche 1 Procurement or Tranche 2 Procurement as parent undertaking in terms of section 1162 of the Companies Act 2006, any member of the group of companies of which the parent undertaking forms part, lead bidder, consortium or JV member, or any other reliant entity whose capacity in terms of technical and professional ability and/or economic and financial standing, is relied upon in terms of Regulation 64 of the Regulation. Transport Scotland will manage the procurement process on behalf of the Scottish Ministers. In the event of the contract award, the Contract will be entered into between the Scottish Ministers and the successful tenderer. The initial Contract term is 8 years with an option to extend for up to a further 4 years. The estimated value of the contract including any extension period is GBP 690,000,000. The Contract terms and conditions will be based upon ICE 5th Generation which has been amended by Transport Scotland. Each successful economic operator shall be invited to submit a tender on the same Contract terms. The contractor will be procured through a competitive tender procedure, in accordance with the competitive dialogue procedure as provided for in the Public Contracts (Scotland) Regulations 2015. Due to project complexity, the contract requires to be performed by a single contractor and as such shall not be divided into lots. 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). Requirement The scope of works will include but is not limited to: provision of integrated network management; routine, winter and emergency maintenance; renewal and improvement works and other such works; design and supervision of renewal and improvement works and such other work on the specified trunk roads within the Unit. The Contract will include indicative maximum value thresholds for categories of ordered work. These thresholds are subject to change during the Contract based on the performance of the service provider. Further information on the requirements and objectives of the Contract can be found in the attached supplementary document reference \"Supplier Industry Day Supplementary Information Document. The information contained in the document is preliminary and will be supplemented with further information at tender stage. No warranty or representation of any kind is given as to the accuracy or completeness of such information. The Scottish Ministers, Transport Scotland and their advisers shall not be liable for any errors or omissions or lack of specificity in such information. Any reliance on or use of any information contained within the document is entirely at the risk of the economic operator.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "active",
                "value": {
                    "amount": 690000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Criterion: The tenderers approach to execution of the works detailed in the contract. Further details will be included in the tender documents",
                            "description": "40%"
                        },
                        {
                            "type": "cost",
                            "name": "Cost Criterion: Final tenders will be assessed against evaluation criteria to determine the most economically advantageous submission. Further information will be included in the tender documents.",
                            "description": "60%"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "It is intended that the Contract will be in place for an initial period of 8 years with an option to extend for a further period of up to 4 years."
                }
            }
        ],
        "communication": {
            "atypicalToolUrl": "http://www.publiccontractsscotland.gov.uk"
        },
        "contractTerms": {
            "performanceTerms": "Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Requirement will be detailed in tender documentation and may relate to - training and recruitment, the availability of sub-contracting opportunities or approaches intended to improve the economic, social or environmental wellbeing of the surrounding areas."
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "successiveReduction": true,
            "invitationDate": "2019-02-05T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "An economic operator participating on its own and which does not rely on the capacities of other entities in order to meet the selection criteria, must fill out one ESPD. An economic operator participating on its own but relying on the capacities of one or more other entities must submit to the contracting authority an ESPD on its behalf together with a separate ESPD on behalf of each of the entities being relied upon and setting out the relevant information. Finally, where a group of economic operators, including temporary associations, participate together in the procurement procedure, a separate ESPD setting out the information required under Parts II to IV must be given for each of the participating economic operators (excluding 4C.1 / 4.C.2) Qualifications and Experience Construction Design and Management Regulations 2015 (CDM 2015) It is intended that the successful tenderer shall fulfill the duties of Principal Contractor and Principal Designer under CDM 2015. Therefore, economic operators shall be required to satisfy the Scottish Ministers as to their competence resources and willingness to be appointed as Principal Contractor and Principal Designer and fulfill those duties in accordance with CDM 2015 (refer to III.1.3)"
                },
                {
                    "type": "economic",
                    "description": "Economic operators shall be required to satisfy minimum standards and to provide proof of economic and financial standing. To determine these standards each Economic Operator Ultimate Parent Company shall provide the information request below for the last two years of trading: (a) in response to ESPD Question Ref. 4B.1.1 provide the specified annual turnover for the last two years of trading, or for the period which is available if trading for less than two years; (b) in response to ESPD Question Ref 4B.5a, 4B.5b and 4B.5c confirm they already have or can commit to obtain, prior to commencement of the contract the required levels of insurance; (c) in response to ESPD Question Ref 4B.6 provide a link to or copies of the associated annual accounts 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. As an Ultimate Parent Company Guarantee is required for this Contract, the information requested should be provided for the Ultimate Parent Company only as it will be the Ultimate Parent Company for each economic operator who will be evaluated as a requirement for this Contract. In the case of a consortium bid, the Ultimate Parent Company of each economic operator is required to provide copies of its annual accounts. This information has been requested to enable Transport Scotland to perform their assessment as detailed in the attached supplementary document reference \"III.1.2 Economic and Financial Standing Evaluation Criteria Ratios and Scoring - NMC\"; and (d) in response to ESPD Question Ref 4B.6 confirm that not later than 30 days prior to the Commencements of Service Date, you will provide a validly executed Bond and Undertaking by an insurance company or bank which shall be jointly and severally bound with the operating company in the sum of GBP 2,000,000 for the due performance of this Contract under the terms of such Bond and Undertaking.",
                    "minimum": "Economic operators are required to satisfy minimum standards of economic and financial standing. These are described below: Insurance (Question Ref. 4B.5) In response to ESPD Question Ref. 4B.5 economic operators must confirm they already have or can commit to obtain prior to commencement of the Contract to obtaining the following insurances at the following minimum levels: Public Liability Insurance = GBP 155,000,000 Professional Indemnity Insurance = GBP 10,000,000 Contractors All Risk = Unlimited Employers Liability = GBP 5,000,000 Contractors Pollution Legal Liability = GBP 10,000,000 And, any other insurance 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 ESPD Question Ref. 4B.5.1 and 4B.5.2 of the ESPD, where the economic operator 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. Evaluation Criteria Ratios (ESPD Question Ref. 4B.6) The financial information received under ESPD Question Ref. 4B.6, ratios 1 - 9 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 \"Economic and Financial Standing Evaluation Criteria Ratios and Scoring - NMC\" document is attached to this notice for further breakdown and explanation. Where the submission has been submitted by a group of economic operators, the information supplied by each economic operator will be evaluated in the proportion of the percentage shareholdings or percentage equity/interest of each economic operator and a score determined for such group on that basis. This should be done by completing the attached supplementary document titled \"Reliance Response Table - South West Unit\""
                },
                {
                    "type": "technical",
                    "description": "In response to ESPD: Question Ref. 4C.1 economic operators are required to insert suitable responses to; (i) Provide information on no less than 4 reference projects which reflect similar works in terms of scope, size and / or complexity to the contract, predominately carried out within the last 8 years detailing role and scope of services performed. These will not be scored but require to be completed; and (ii) Provide suitable responses to statements (A), (B), (C), (H), (I), (J), (K), (L), (M) & (N) set out in the attached supplementary document ref \"III.1.3 Technical and Professional Ability Statements - South West Unit\" demonstrating that they have the required minimum standards of eligibility and technical and professional ability. 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. Responses to \"Reference Projects\" is not scored, but is required to be completed. Responses to Statements (A) - (G) shall be assessed on the basis of PASS or FAIL. Economic operators who fail to satisfy these minimum standards (either they answer 'No' or fail to provide an acceptable answer) shall be excluded from the procurement competition. The responses to Statements (H) - (N) shall be assessed on the basis of a score with a minimum threshold of 3 (following all evaluators individual scores being averaged), 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). In response to ESPD Question Ref 4C.6 economic operators shall be required to insert a suitable response to statement (G) demonstrating competence in the role of Principal Contractor and Principal Designer under CDM 2015 and also confirm that they are willing to accept this role under the Contract. Under ESPD Question Ref 4C.7 & 4D.1 economic operators shall be required to insert suitable responses to statements (D), (E) & (F) 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 (D), (E) and (F) 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": "Please refer to supplementary document reference \"III.1.3 Technical and Professional Ability Statements - South West Unit\" for each individual statement and relative weightings. Each of these statements can be answered using the attached supplementary document reference III.1.3 \"Technical and Professional Ability Response Tables South West Unit\""
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "50230000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-10",
                "description": "To reflect changes in guarantees required.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2018-11-16T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2018-11-28T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2019-02-05T00:00:00Z"
                        },
                        "newValue": {
                            "date": "2019-03-04T00:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.3",
                            "label": "Estimated date of dispatch of invitations"
                        }
                    }
                ]
            },
            {
                "id": "amd-12",
                "description": "Amendment to III.1.2 and IV.2.2 Delete existing III.1.2 and replace with the following text: Economic operators shall be required to satisfy minimum standards and to provide proof of economic and financial standing. To determine these standards each Economic Operator shall provide the information requested below. (a) in response to ESPD Question Ref. 4B.1.1 provide the specified annual turnover for the last two years of trading, or for the period which is available if trading for less than two years. For the purposes of financial standing assessment, bidders will submit annual turnover for the economic operator that is bidding, unless the bidder is relying on the capacity of another entity under and in terms of Regulation 64 of the Public Contracts (Scotland) Regulations 2015; (b) in response to ESPD Question Ref 4B.5a, 4B.5b and 4B.5c confirm they already have or can commit to obtain, prior to commencement of the contract the required levels of insurance; (c) in response to ESPD Question Ref 4B.6 provide a link to or copies of the associated annual accounts 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. For the purposes of financial standing assessment, bidders will submit copies of accounts for the economic operator that is bidding, unless the bidder is relying on the capacity of another entity under and in terms of Regulation 64 of the Public Contracts (Scotland) Regulations 2015. A parent company guarantee will be required for this Contract. Further detail will be set out in the procurement documents. The parent company guarantee will be required from a direct parent company or where appropriate (and at Transport Scotland's discretion) the guarantor may be another group company of the economic operator submitting a bid or entity relied on in terms of Regulation 64 of the Public Contracts (Scotland) Regulations 2015. In the case of a joint venture or consortium, a guarantee will be required from the share/ equity holders within the joint venture or consortium or where appropriate (and at Transport Scotland's discretion) from another group company of the relevant share/equity holders). (d) in response to ESPD Question Ref 4B.6 confirm that not later than 30 days prior to the Commencements of Service Date, you will provide a validly executed Bond and Undertaking by an insurance company or bank which shall be jointly and severally bound with the operating company in the sum of GBP 2,000,000 for the due performance of this Contract under the terms of such Bond and Undertaking. The date at IV.2.2 has been amended to 28/11/2018 The Local time remains 12:00."
            },
            {
                "id": "amd-8",
                "description": "Full text for III.1.2 The full text for section III.1.2 is included within the document entitled 'Corrigendum Support Document III.1.2 - South West Unit' which has been uploaded to 'Additional Documents'."
            }
        ]
    },
    "language": "EN",
    "description": "Economic operators are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. The Scottish Ministers shall not evaluate any submission received past the specified deadline, unless the delay is caused by a situation out with the control of the economic operator, the determination of which shall be at the sole discretion of the Scottish Ministers. Compliance with achieving the specified deadline is the sole responsibility of the economic operator. Economic operators which alter their composition after making a submission will be the subject of re-evaluation. Any request by Economic Operators for clarification of any part of the documentation shall be made through the Public Contracts Scotland website. The deadline to submit questions relating to the submission via the Public Contracts Scotland portal is noon on 2nd November 2018. Neither Transport Scotland nor the Scottish Ministers shall be responsible in any way to economic operators as a result of any delay or failure in answering any request for clarification or any decision not to answer a request for clarification (either in full or in part). Absence of a response from Transport Scotland or the Scottish Ministers shall not entitle economic operators to qualify their submission. The Scottish Ministers reserve the right not to conclude any contract as a result of the procurement process initiated by this notice and to make whatever changes the Scottish Minsters deem appropriate to the content, process, timing and structure of the procurement process. Transport Scotland and the Scottish Ministers shall have no liability for any costs howsoever incurred by those participating in the competition. Economic Operators should be aware that all information submitted to the Scottish Ministers may need to be disclosed and/or published by the Scottish Ministers in compliance with the Freedom of Information (Scotland) Act 2002. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=548465. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. economic operators are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Requirement will be detailed in tender documentation and may relate to - training and recruitment, the availability of sub-contracting opportunities or approaches intended to improve the economic, social or environmental wellbeing of the surrounding areas. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=555130. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Requirement will be detailed in tender documentation and may relate to - training and recruitment, the availability of sub-contracting opportunities or approaches intended to improve the economic, social or environmental wellbeing of the surrounding areas. (SC Ref:555130) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=555130",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000555130"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000555130"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000555130"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000555130"
        }
    ],
    "noticetype": "OJEU - F14 - Corrigendum"
}