Award

MFA for Strategic Technical Advisors for Transport Scotland Rail Directorate

TRANSPORT SCOTLAND

This public procurement record has 2 releases in its history.

Award

21 Jan 2020 at 00:00

Tender

07 Jan 2019 at 00:00

Summary of the contracting process

The procurement process involves Transport Scotland, the central purchasing body, which is conducting a tender for the contract titled "MFA for Strategic Technical Advisors for Transport Scotland Rail Directorate." This contract aims to procure expert advice and support for rail projects within Scotland from 2019 to 2024. The procurement method selected is a restricted procedure, and key dates include the submission deadline for tenders by 12:00 GMT on 11 February 2019, and the deadline for questions on the tender is set for 25 January 2019. The project's main industry category is transport with a total contract value of £5 million to be delivered Scotland-wide.

This tender presents significant opportunities for businesses focused on consultancy and management services within the rail transport sector. Companies with expertise in technical, operational, and engineering aspects of rail infrastructure projects would be especially well-suited to compete. Given the high level of competition expected among bidders, businesses capable of demonstrating robust project management capabilities and relevant experience in rail transport planning will likely find themselves in a strong position to win this contract. The involvement of multiple large suppliers such as Atkins, SYSTRA Ltd, and Mott MacDonald signifies the scale and importance of this tender in the industry.

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

MFA for Strategic Technical Advisors for Transport Scotland Rail Directorate

Notice Description

Transport Scotland is intending to award a contract to acquire expert advice and support in the development and delivery of rail projects during Control Period 6 from 2019 to 2024 as well as deliverables of both current rail franchises. The contact will focus on technical, operational, engineering, monitoring as well as commercial deliverables to ensure that the projects being taken forward are robustly appraised and deliver best value for money at an efficient cost.

Lot Information

Lot 1

1. Expert assistance is required to provide support to Rail Directorate in the development and delivery of Network Rail's Control Period 6 (CP6) proposed Projects Pipeline from a technical, operational, timetabling, engineering, monitoring and commercial basis. The key task is to ensure that projects taken forward are robustly appraised for delivery and prioritised at an efficient cost taking due cognisance of lessons learned from Control Period 5 (CP5). Transport Scotland also requires assurance and confidence in Network Rail's project cost and programme estimates for CP6 projects. Timing considerations for procuring this contract are critical in order that the required advice can support delivery of the tasks. 2. Assist Rail Directorate to analyse the Network Rail schedule of items proposed by Network Rail, ScotRail and Transport Scotland to be funded from the available CP5 Headroom. 3. Utilising the latest timetable planning software, develop an analysis of future capacity options Scottish rail network. The analysis will also provide modelling evidence which complies with Train Service Requirements (TSRs) issued by the Department for Transport (DfT) and which reflect changes in the Train Planning Rules (TPRs) and Sectional Running Times (SRTs). All of the analysis should facilitate diagramming of rolling stock units based on the timetable developed. 4. Provide advice on current deliverables of the current rail franchisees to include: - train service delivery - property - rolling stock - performance regimes - railway staffing - stations - passenger issues - fares - franchise contract management, including re-basing, re-letting, extension and termination - maintain close links with ferry services 5. Provide technical advice and suitable expertise to Transport Scotland's Rail Franchise team in the event that either or both of the two rail franchises require contingency planning options for an Operator of Last Resort to be activated. This advice will be in addition to a separate procurement for Commercial and Financial Advisors for full Operator of Last Resort services to Transport Scotland. 6. Assist Transport Scotland develop a public sector bid for the next ScotRail franchise should they wish to do so, to ensure delivery of service improvements, strengthen competition and achieve best value for taxpayers' money. 7. The successful consultants will require a high level of expertise in the core skills of rail transport planning, forecasting, operational analysis and appraisal. In-depth knowledge of GRIP processes will be essential. 8. The successful consultants will require to draft and implement a programme plan of knowledge transfer from the supplier to Transport Scotland staff during the periodicity of the commission. The transfer of expertise will be achieved through mutual collaboration, coaching, close working relationships and subsequent measurement to give assurance that the knowledge has been transferred effectively.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000566784
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN378145
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71311000 - Civil engineering consultancy services

Notice Value(s)

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

Notice Dates

Publication Date
21 Jan 20206 years ago
Submission Deadline
11 Feb 2019Expired
Future Notice Date
Not specified
Award Date
20 Dec 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
Alan Marshall
Contact Email
alan.marshall@transport.gov.sct
Contact Phone
+44 1412727509

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
3
Supplier Names

ATKINS

MOTT MACDONALD

SYSTRA

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN341427
    MFA for Strategic Technical Advisors for Transport Scotland Rail Directorate - Transport Scotland is intending to award a contract to acquire expert advice and support in the development and delivery of rail projects during Control Period 6 from 2019 to 2024 as well as deliverables of both current rail franchises. The contact will focus on technical, operational, engineering, monitoring as well as commercial deliverables to ensure that the projects being taken forward are robustly appraised and deliver best value for money at an efficient cost.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN378145
    MFA for Strategic Technical Advisors for Transport Scotland Rail Directorate - Transport Scotland is intending to award a contract to acquire expert advice and support in the development and delivery of rail projects during Control Period 6 from 2019 to 2024 as well as deliverables of both current rail franchises. The contact will focus on technical, operational, engineering, monitoring as well as commercial deliverables to ensure that the projects being taken forward are robustly appraised and deliver best value for money at an efficient cost.

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-r6ebe6-0000566784-2020-01-21T00:00:00Z",
    "date": "2020-01-21T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000566784",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-71",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "name": "Alan Marshall",
                "email": "alan.marshall@transport.gov.sct",
                "telephone": "+44 1412727509",
                "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-161",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "name": "Alan Marshall",
                "email": "alan.marshall@transport.gov.sct",
                "telephone": "+44 1412727509",
                "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-162",
            "name": "Atkins",
            "identifier": {
                "legalName": "Atkins"
            },
            "address": {
                "streetAddress": "200 Broomielaw",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G14RU"
            },
            "contactPoint": {
                "telephone": "+44 7803260279"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-163",
            "name": "SYSTRA Ltd",
            "identifier": {
                "legalName": "SYSTRA Ltd"
            },
            "address": {
                "streetAddress": "7th Floor, 124 St Vincent Street",
                "locality": "GLASGOW",
                "region": "UKM",
                "postalCode": "G2 5HF"
            },
            "contactPoint": {
                "telephone": "+44 1412254403"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-164",
            "name": "Mott MacDonald",
            "identifier": {
                "legalName": "Mott MacDonald"
            },
            "address": {
                "streetAddress": "3rd Floor Caledonian Exchange, 19A Canning Street",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH3 8EG"
            },
            "contactPoint": {
                "telephone": "+44 1312212300"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-165",
            "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": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-37",
            "name": "Court of Session",
            "identifier": {
                "legalName": "Court of Session"
            },
            "address": {
                "streetAddress": "Parliament House, Parliament Square",
                "locality": "Edinburgh",
                "postalCode": "EH1 1RQ"
            },
            "contactPoint": {
                "email": "supreme.courts@scotcourts.gov.uk",
                "telephone": "+44 1312252595",
                "url": "http://"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        }
    ],
    "buyer": {
        "name": "Transport Scotland",
        "id": "org-161"
    },
    "tender": {
        "id": "TS/RAIL/SER/2018/02",
        "title": "MFA for Strategic Technical Advisors for Transport Scotland Rail Directorate",
        "description": "Transport Scotland is intending to award a contract to acquire expert advice and support in the development and delivery of rail projects during Control Period 6 from 2019 to 2024 as well as deliverables of both current rail franchises. The contact will focus on technical, operational, engineering, monitoring as well as commercial deliverables to ensure that the projects being taken forward are robustly appraised and deliver best value for money at an efficient cost.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71311000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Scotland wide"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 5000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-02-11T12:00:00Z"
        },
        "documents": [
            {
                "id": "JAN341427",
                "documentType": "contractNotice",
                "title": "MFA for Strategic Technical Advisors for Transport Scotland Rail Directorate",
                "description": "Transport Scotland is intending to award a contract to acquire expert advice and support in the development and delivery of rail projects during Control Period 6 from 2019 to 2024 as well as deliverables of both current rail franchises. The contact will focus on technical, operational, engineering, monitoring as well as commercial deliverables to ensure that the projects being taken forward are robustly appraised and deliver best value for money at an efficient cost.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN341427",
                "format": "text/html"
            },
            {
                "id": "JAN378145",
                "documentType": "awardNotice",
                "title": "MFA for Strategic Technical Advisors for Transport Scotland Rail Directorate",
                "description": "Transport Scotland is intending to award a contract to acquire expert advice and support in the development and delivery of rail projects during Control Period 6 from 2019 to 2024 as well as deliverables of both current rail franchises. The contact will focus on technical, operational, engineering, monitoring as well as commercial deliverables to ensure that the projects being taken forward are robustly appraised and deliver best value for money at an efficient cost.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN378145",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "1. Expert assistance is required to provide support to Rail Directorate in the development and delivery of Network Rail's Control Period 6 (CP6) proposed Projects Pipeline from a technical, operational, timetabling, engineering, monitoring and commercial basis. The key task is to ensure that projects taken forward are robustly appraised for delivery and prioritised at an efficient cost taking due cognisance of lessons learned from Control Period 5 (CP5). Transport Scotland also requires assurance and confidence in Network Rail's project cost and programme estimates for CP6 projects. Timing considerations for procuring this contract are critical in order that the required advice can support delivery of the tasks. 2. Assist Rail Directorate to analyse the Network Rail schedule of items proposed by Network Rail, ScotRail and Transport Scotland to be funded from the available CP5 Headroom. 3. Utilising the latest timetable planning software, develop an analysis of future capacity options Scottish rail network. The analysis will also provide modelling evidence which complies with Train Service Requirements (TSRs) issued by the Department for Transport (DfT) and which reflect changes in the Train Planning Rules (TPRs) and Sectional Running Times (SRTs). All of the analysis should facilitate diagramming of rolling stock units based on the timetable developed. 4. Provide advice on current deliverables of the current rail franchisees to include: - train service delivery - property - rolling stock - performance regimes - railway staffing - stations - passenger issues - fares - franchise contract management, including re-basing, re-letting, extension and termination - maintain close links with ferry services 5. Provide technical advice and suitable expertise to Transport Scotland's Rail Franchise team in the event that either or both of the two rail franchises require contingency planning options for an Operator of Last Resort to be activated. This advice will be in addition to a separate procurement for Commercial and Financial Advisors for full Operator of Last Resort services to Transport Scotland. 6. Assist Transport Scotland develop a public sector bid for the next ScotRail franchise should they wish to do so, to ensure delivery of service improvements, strengthen competition and achieve best value for taxpayers' money. 7. The successful consultants will require a high level of expertise in the core skills of rail transport planning, forecasting, operational analysis and appraisal. In-depth knowledge of GRIP processes will be essential. 8. The successful consultants will require to draft and implement a programme plan of knowledge transfer from the supplier to Transport Scotland staff during the periodicity of the commission. The transfer of expertise will be achieved through mutual collaboration, coaching, close working relationships and subsequent measurement to give assurance that the knowledge has been transferred effectively.",
                "status": "complete",
                "value": {
                    "amount": 5000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "approach to execution & programming of Services; providing suitable staff; managing resources & risks; innovation; adding value & community benefits",
                            "description": "80"
                        },
                        {
                            "type": "cost",
                            "name": "final tenders will be assessed against evaluation criteria to determine the most economically advantageous submission.",
                            "description": "20"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            }
        ],
        "contractTerms": {
            "performanceTerms": "It is the Employer's policy to measure the performance of each Consultant on a regular basis. In the event that the Consultant's performance falls below a satisfactory level, the Consultant will be invited to determine a means of rectifying the situation. Repeated or continual service failures may result in suspension or termination of the contract."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2019-03-04T00:00:00Z"
        },
        "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) 2015) (e.g. registered under Companies House). Economic operators should provide details under ESPD Question ref 4A.1"
                },
                {
                    "type": "economic",
                    "description": "Economic Operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, Economic Operators shall: (a) in response to ESPD, Question Ref. 4B.1a provide the specified annual turnover for the last two years of trading, or for the period which is available if trading for less than two years; (b) in response to ESPD, Question Ref. 4B.6 provide the name, value and/or range of NINE financial criteria for the last two years of trading, or for the period which is available if trading for less than two years; and (c) in response to ESPD, Question Ref. 4B.5 confirm they already have or can commit to obtain, prior to commencement of the contract the required levels of insurance. In addition to the information requested under (a) and (b), economic operators are required to provide a link/copies of the associated annual accounts as filed at Companies House (or equivalent if not a UK registered company) for the last two years of trading, or for the period which is available if less than two years. This information has been requested to enable Transport Scotland to perform their own assessment and confirm the financial ratios submitted. Ultimately, ensuring the correct score is allocated, and to ensure no misinterpretation. Where there exist differences in ratios, between those provided and those calculated by Transport Scotland, clarification will be sought.",
                    "minimum": "Minimum level(s) of standards required: Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below: Evaluation Criteria Ratios (Question Ref. 4B.6) The financial information received under ESPD, Question Ref. 4B.6 shall be evaluated and scored out of 50 by allocating a score against nine individual economic and financial standing evaluation criteria, namely: 1. Acid Test Ratio 2. Cash Interest Cover Ratio 3. Return on Capital Employed 4. Operating Profit Ratio 5. Net Worth 6. Gearing 7. Annual Contract Value to Turnover 8. Filed Accounts 9. Audit Report The individual scores shall be weighted , with the most recent (\"Year 1\") financial statements weighted at 67% and the previous (\"Year 2\") statements being weighted at 33%, to form an aggregated score for each of the nine criteria over the two years. The maximum cumulative score resulting from the summation of the nine economic and financial standing aggregated scores shall be 50 marks. A submission shall be marked as a FAIL and will not be considered further if the score achieved by a Single Economic Operator or a Group of Economic Operators is less than 50 percent of the available marks. The scoring mechanism can be downloaded via the Public Contracts Scotland portal www.publiccontractsscotland.gov.uk. Where the submission has been submitted by a Group of Economic Operators, the information submitted by each Group Member will be evaluated in the proportion of the percentage shareholdings or percentage equity/interest of each Group Member and a score determined for such Group of Economic Operators on that basis. Insurance (Question Ref. 4B.5) In response to Question Ref. 4B.5 Economic Operators must confirm they already have or can commit to obtain, prior to thecommencement the following levels of insurance: Employer's Liability Insurance = 10 000 000 GBP Public Liability Insurance = 5 000 000 GBP Professional Indemnity Insurance = 10 000 000 GBP In responding to Question Ref. 4B.5a,4B.5b and 4B.5c of the ESPD, where the bidder ticks the box \"No, and I cannot commit to obtain it\" they shall be marked as FAIL."
                },
                {
                    "type": "technical",
                    "description": "Under ESPD, Question Ref. 4C.1.2 economic operators shall be required to insert suitable responses to Statements (a) to (f) set out below, demonstrating that they have the required minimum standards of eligibility and technical and professional ability under Statements (b) and (c). Answers to statements (a) to (f) shall be answered by Single Economic Operators and by Groups of Economic Operators (Group Members should not respond individually). The responses to Statement (a) shall be assessed on the basis of PASS or FAIL. Economic Operators who fail to satisfy these minimum standards (either they answer 'No' or fail to provide an acceptable answer) shall be excluded from the procurement competition. The responses provided in response to Technical and Professional Ability Statements shall be evaluated using the following scoring mechanism: 0 = Unacceptable Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 = Poor 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. 2 = Acceptable Response is relevant and acceptable. The response demonstrated 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. 3 = Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability. 4 = Excellent Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrated thorough experience, knowledge or skills/capacity/capability. A submission shall be marked as a FAIL and will not be considered further if the score for Statements (b) and (c) is less than 2 'Acceptable'. Where a response to Statements (b) and (c) is equal to or above 2, all 5 Statements shall be weighted in order to calculate a score out of 100. The responses to Statements (g), (h) and (i) shall be assessed on the basis of PASS or FAIL. Single Economic Operators or Group of Economic Operators who have no management system in use will not be considered for this contract. Under ESPD, Question Ref. 4C6 economic operators shall be required to insert suitable responses to Statement (j) demonstrating that their employees have the requisite experience, educational and professional qualifications to perform the framework agreement. The response to Statement (j) shall be assessed on the basis of PASS or FAIL. Economic Operators who fail to provide suitable experience or satisfy these minimum standards shall be excluded from the procurement competition.",
                    "minimum": "Statement (a) Within the last 3 years and a minimum total fee of 500,000 GBP, have you carried out consultancy and management support services in the development of rail transport interventions. Statement (b) Using examples from previous projects, provide details of experience and approach to acting in a project management role on a rail infrastructure project (Weighting 35%). Maximum words - 1,200 The statement shall provide: - approach to management of a rail infrastructure project, including management of resources and technical aspects. - details of the application of project and risk management, project monitoring and project auditing functions - details of methodologies adopted for reviewing and defining of project scope; - details of cost estimation, validation, control and reporting, and details of effectively addressing contractual matters, including the avoidance and resolution of claims/disputes. Statement (c) Option Development & Assessment - (Weighting 30%): Details of experience of rail project appraisals. illustrating experience of the different appraisal techniques. Maximum words - 1,000 Statement (d) -Modelling & Forecasting - (Weighting 20%): Examples of national or regional rail transport models and forecasting projects including key risks and challenges. Maximum words - 750 Statement (e) Strategic Environment Assessment (SEA) - (Weighting 10%): Details of conducting a previous SEA for a programme of infrastructure measures in compliance with the Environmental Assessment (Scotland) Act 2005. Examples of SEAs completed for major plans or programmes. Maximum words - 500 Statement (f) Training & Recruitment - (Weighting 5%): Details of training, recruitment, retention and staff welfare. Maximum words - 300 Note: Responses to Statements (a) to (f) shall have been carried out in the last 5 years. NOTE: Tables and graphic images are excluded from the word count. However, the size of an individual response should not exceed 2 single A4 pages for a 750+ word maximum response, or exceed 1 single A4 single page for all other responses. Statement (g) - Quality Management System. This may be European Foundation Quality Model (EFQM) or equivalent; BS EN ISO9001:2000 (Quality Management Systems); Other accredited management system; or Own non-accredited management system. Statement (h) - Environmental Management System. This may BS EN ISO 14001:2004 (Environmental Management Systems); Other accredited management system; or Own non-accredited management system. Statement (i) - Health and Safety Management System. This may BS EN ISO 18001:2007 (Occupational Health and Safety Management Systems) and associated standards; Other accredited management system; or Own non-accredited management system. Statement (j) - Staff to be employed under the Contract shall have minimum levels of experience, education and professional qualifications. Economic operators should provide the following sample CVs (each on a single A4 page) showing personnel who were considered pivotal in the delivery of projects referred to in your responses to Statements (a) to (e) and which contain the skills necessary to deliver strategic technical advisory support to Transport Scotland's Rail Directorate for Control Period 6 projects. Framework Director Framework Manager Principal Rail Transport Specialist Rail Economic and Revenue Forecaster Rail Strategy, Transport Integration and Planning Advisor Graduate Train Planning Advisor Rail Operations and Performance Advisor Rail Project and Programme Management Advisor Railway Infrastructure, Rolling Stock, Timetable and Asset Advisor Rail Infrastructure Engineer Rail Infrastructure Graduate Engineer Rail Technician Environmental Planner"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 3
            }
        },
        "classification": {
            "id": "71311000",
            "scheme": "CPV"
        },
        "reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session.",
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Transport Scotland will conduct the proposed procurement process for the Contract on behalf of the Scottish Ministers. In the event of the conclusion of the contract, it is the intention that the Contract will be entered into between the Scottish Ministers and the 3 most economically advantageous tenderers. Each selected economic operator shall be invited to submit a Tender on the same contract terms. The submission, comprising the completed ESPD, shall be submitted via the Public Contracts Scotland portal, by no later than 12:00hrs GMT on 11 February 2019. 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 12:00hrs GMT on 25 January 2019. 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=543122. 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: Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority's economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. Further information will be in the tender documents. (SC Ref:609260)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000566784"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000566784"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "TS/RAIL/SER/2019/01",
            "suppliers": [
                {
                    "id": "org-162",
                    "name": "Atkins"
                },
                {
                    "id": "org-163",
                    "name": "SYSTRA Ltd"
                },
                {
                    "id": "org-164",
                    "name": "Mott MacDonald"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "TS/RAIL/SER/2019/01",
            "awardID": "TS/RAIL/SER/2019/01",
            "status": "active",
            "value": {
                "amount": 5000000,
                "currency": "GBP"
            },
            "dateSigned": "2019-12-20T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 006-009585"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "198",
                "measure": "bids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "199",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "200",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "201",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "202",
                "measure": "electronicBids",
                "value": 5,
                "relatedLot": "1"
            }
        ]
    }
}