Award

A9 Dualling Programme: Commercial and Financial Advisory Services

TRANSPORT SCOTLAND

This public procurement record has 2 releases in its history.

Award

21 Feb 2020 at 00:00

Tender

13 Jun 2019 at 00:00

Summary of the contracting process

Transport Scotland is seeking commercial and financial advisory services for the A9 Dualling Programme, which aims to upgrade approximately 80 miles of the A9 between Perth and Inverness to dual carriageway. The procurement process is currently in the 'Award' stage following a selective tendering method, specifically a restricted procedure. The contract, valued at £7.8 million, was signed on 12 February 2020. All submissions for this tender were to be concluded by 18 July 2019, with specific emphasis on obtaining guidance on procurement strategies, governance, and financial modelling throughout the project.

This procurement opportunity represents significant potential for firms specialising in commercial and financial consultancy, particularly those with experience in large-scale transport infrastructure programmes. Businesses with expertise in developing procurement documentation, financial analysis, and providing advisory services on complex transport projects would be well-positioned to compete. The contract's long duration of approximately 96 months also hints at ongoing opportunities for sustained engagement and collaboration with Transport Scotland and associated stakeholders.

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

A9 Dualling Programme: Commercial and Financial Advisory Services

Notice Description

Transport Scotland requires commercial and financial adviser to provide advice and input throughout the development and delivery of the A9 Dualling Programme including commercial and financial advice: on the development, appraisal and execution of suitable financing and procurement strategies; on the policies and options for the procurement of the A9 Dualling Programme; and, on the governance, change control and reporting on the construction phase of the Programme. Further information on Transport Scotland can be accessed through our website at: www.transport.gov.scot

Lot Information

Lot 1

In December 2011, the Scottish Government published its Infrastructure and Investment Plan (IIP) which includes a commitment that the A9 between Perth and Inverness will be dualled. The A9 Dualling Programme involves the upgrade of approximately 80 miles of the existing A9 single carriageway to a Category 7A all-purpose dual carriageway between Perth and Inverness, predominantly through online widening. There are currently 9 remaining sections to be procured and delivered. Transport Scotland on behalf of the Scottish Ministers wish to appoint suitably experienced commercial and financial advisers (the Service Provider) to provide advice and input throughout the development and delivery of the A9 Dualling Programme. It is intended that these services shall be for a period of approximately 96 months up to and beyond completion of the A9 Dualling. The Service Provider shall work with the Transport Scotland A9 Dualling Programme Delivery Team, their technical advisors/agents, their legal advisors, and other external advisers appointed by Transport Scotland, to contribute to the efficient and effective delivery of the programme. The Service Provider shall provide professional advice and support to Transport Scotland in relation to the following, including but not limited to: (i) Developing and implementing suitable procurement, commercial and programme delivery strategies; (ii) Adopting the A9 Dualling Programme Outline Business Case (OBC) and developing the Full Business Case and taking through procurement to conclusion of contracts; (iii) Coordinating, and contributing to, the commercial and financial aspects of the Scottish Government Independent Assurance reviews at appropriate stages throughout the procurement; (iv) Programme governance and administration; (v) Undertaking financial modelling and providing advice on funding options; (vi) Undertaking market analysis and testing; (vii) Estimating and benchmarking programme costs; (viii) Demonstrating affordability and value for money; (ix) Development of the payment mechanism; (x) Develop and advise on accounting treatments, including taxation, insurance, (xi) Preparing procurement documentation, including bulletins; (xii) Preparing contract documentation; (xiii) Dialogue with Participants and Tenderers; (xiv) Evaluation of Participants and Tenderers proposals; (xv) Cost control and programme management; (xvi) Performance measurement and reporting; (xvii) Risk, opportunity and benefit management and reporting; (xviii) Change control; and, (xix) other commercial and financial matters. The Service Provider may be required to attend offices, construction sites or other locations inside and outside the UK, however, in general meetings relating to the procurement of the Works will occur at the offices of Transport Scotland in Buchanan House, Glasgow.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000580284
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB381555
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

66 - Financial and insurance services

71 - Architectural, construction, engineering and inspection services


CPV Codes

66000000 - Financial and insurance services

66171000 - Financial consultancy services

71244000 - Calculation of costs, monitoring of costs

71246000 - Determining and listing of quantities in construction

71311100 - Civil engineering support services

71322100 - Quantity surveying services for civil engineering works

Notice Value(s)

Tender Value
£7,800,000 £1M-£10M
Lots Value
£7,800,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£7,800,000 £1M-£10M

Notice Dates

Publication Date
21 Feb 20206 years ago
Submission Deadline
18 Jul 2019Expired
Future Notice Date
Not specified
Award Date
12 Feb 20206 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
Pat Brassil
Contact Email
patrick.brassil@transport.gov.scot
Contact Phone
+44 1412727100

Buyer Location

Locality
GLASGOW
Postcode
G4 0HF
Post Town
Glasgow
Country
Scotland

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

PRICEWATERHOUSECOOPERS

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-r6ebe6-0000580284-2020-02-21T00:00:00Z",
    "date": "2020-02-21T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000580284",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-58",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "name": "Pat Brassil",
                "email": "Patrick.Brassil@transport.gov.scot",
                "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-45",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "name": "Pat Brassil",
                "email": "Patrick.Brassil@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-46",
            "name": "PricewaterhouseCoopers",
            "identifier": {
                "legalName": "PricewaterhouseCoopers"
            },
            "address": {
                "streetAddress": "1 Embankment Place",
                "locality": "London",
                "region": "UKM82",
                "postalCode": "WC2N 6RH"
            },
            "contactPoint": {
                "telephone": "+44 2890415797"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "https://www.pwc.co.uk/"
            }
        },
        {
            "id": "org-47",
            "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-45"
    },
    "tender": {
        "id": "TS/MTRIPS/SER/2019/01",
        "title": "A9 Dualling Programme: Commercial and Financial Advisory Services",
        "description": "Transport Scotland requires commercial and financial adviser to provide advice and input throughout the development and delivery of the A9 Dualling Programme including commercial and financial advice: on the development, appraisal and execution of suitable financing and procurement strategies; on the policies and options for the procurement of the A9 Dualling Programme; and, on the governance, change control and reporting on the construction phase of the Programme. Further information on Transport Scotland can be accessed through our website at: www.transport.gov.scot",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "66171000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71244000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71311100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71246000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71322100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 7800000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2019-07-18T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN357325",
                "documentType": "contractNotice",
                "title": "A9 Dualling Programme: Commercial and Financial Advisory Services",
                "description": "Transport Scotland requires commercial and financial adviser to provide advice and input throughout the development and delivery of the A9 Dualling Programme including commercial and financial advice: on the development, appraisal and execution of suitable financing and procurement strategies; on the policies and options for the procurement of the A9 Dualling Programme; and, on the governance, change control and reporting on the construction phase of the Programme. Further information on Transport Scotland can be accessed through our website at: www.transport.gov.scot",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN357325",
                "format": "text/html"
            },
            {
                "id": "JUN357325-1",
                "title": "Economic and Financial Standing Scoring",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN357325&idx=1",
                "datePublished": "2019-06-17T08:43:50Z",
                "dateModified": "2019-06-17T08:43:50Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN357325-2",
                "title": "Further Information relating to the response to Query Reference 10/07/2019 08:58",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN357325&idx=2",
                "datePublished": "2019-07-11T12:45:18Z",
                "dateModified": "2019-07-11T12:45:18Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "FEB381555",
                "documentType": "awardNotice",
                "title": "A9 Dualling Programme: Commercial and Financial Advisory Services",
                "description": "Transport Scotland requires commercial and financial adviser to provide advice and input throughout the development and delivery of the A9 Dualling Programme including commercial and financial advice: on the development, appraisal and execution of suitable financing and procurement strategies; on the policies and options for the procurement of the A9 Dualling Programme; and, on the governance, change control and reporting on the construction phase of the Programme. Further information on Transport Scotland can be accessed through our website at: www.transport.gov.scot",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB381555",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "In December 2011, the Scottish Government published its Infrastructure and Investment Plan (IIP) which includes a commitment that the A9 between Perth and Inverness will be dualled. The A9 Dualling Programme involves the upgrade of approximately 80 miles of the existing A9 single carriageway to a Category 7A all-purpose dual carriageway between Perth and Inverness, predominantly through online widening. There are currently 9 remaining sections to be procured and delivered. Transport Scotland on behalf of the Scottish Ministers wish to appoint suitably experienced commercial and financial advisers (the Service Provider) to provide advice and input throughout the development and delivery of the A9 Dualling Programme. It is intended that these services shall be for a period of approximately 96 months up to and beyond completion of the A9 Dualling. The Service Provider shall work with the Transport Scotland A9 Dualling Programme Delivery Team, their technical advisors/agents, their legal advisors, and other external advisers appointed by Transport Scotland, to contribute to the efficient and effective delivery of the programme. The Service Provider shall provide professional advice and support to Transport Scotland in relation to the following, including but not limited to: (i) Developing and implementing suitable procurement, commercial and programme delivery strategies; (ii) Adopting the A9 Dualling Programme Outline Business Case (OBC) and developing the Full Business Case and taking through procurement to conclusion of contracts; (iii) Coordinating, and contributing to, the commercial and financial aspects of the Scottish Government Independent Assurance reviews at appropriate stages throughout the procurement; (iv) Programme governance and administration; (v) Undertaking financial modelling and providing advice on funding options; (vi) Undertaking market analysis and testing; (vii) Estimating and benchmarking programme costs; (viii) Demonstrating affordability and value for money; (ix) Development of the payment mechanism; (x) Develop and advise on accounting treatments, including taxation, insurance, (xi) Preparing procurement documentation, including bulletins; (xii) Preparing contract documentation; (xiii) Dialogue with Participants and Tenderers; (xiv) Evaluation of Participants and Tenderers proposals; (xv) Cost control and programme management; (xvi) Performance measurement and reporting; (xvii) Risk, opportunity and benefit management and reporting; (xviii) Change control; and, (xix) other commercial and financial matters. The Service Provider may be required to attend offices, construction sites or other locations inside and outside the UK, however, in general meetings relating to the procurement of the Works will occur at the offices of Transport Scotland in Buchanan House, Glasgow.",
                "status": "complete",
                "value": {
                    "amount": 7800000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "The tenderers proposals were assessed against evaluation criteria to determine the most economically advantageous submission.",
                            "description": "70"
                        },
                        {
                            "type": "cost",
                            "name": "The tenderers proposals were assessed against evaluation criteria to determine the most economically advantageous submission.",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": false
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "electronicInvoicingPolicy": "allowed",
            "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 shall result in suspension or termination of the contract. Further details will be contained in the tender documents."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2019-08-09T00:00:00Z"
        },
        "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 or equivalent if not a UK registered company). Economic operators should provide details under Question Ref. 4A1a. Accreditation Economic Operators should provide details of their certifications/ accreditations/ registrations under Question Ref. 4C7. Subsequently, Under ESPD, Question Ref 4D1 and 4D2 Economic Operators are required to confirm their compliance and be able to provide the appropriate certification. Qualifications and Experience It is a requirement that staff employed under the Contract shall have minimum levels of experience, education and professional qualifications. In particular, the Consultant shall have professional staff who are Chartered professionals (or equivalent) with membership of an appropriate body (e.g. RICS, ICE, ICAS) and relevant experience of providing commercial and financial advice on major complex transport infrastructure programmes. Details should be provided for under ESPD, Question Ref. 4C6. Sub-contracting Under ESPD, Question Ref 4C10: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract."
                },
                {
                    "type": "economic",
                    "description": "Economic Operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, Economic Operators shall: a) in response to ESPD, Question Ref 4B1a provide the specified annual turnover for the last two years of trading, or for the period which is available if trading for less than two years; b) in response to ESPD Question Ref 4B6 provide the name, range and score of nine financial criteria for each year 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 4B5a and 4B5b 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) to (c), economic operators must provide a link/ copies of the associated annual accounts as filed at Companies House (or equivalent if not a UK registered company). For the avoidance of doubt, if an economic operator fails to provide accounts relating to its last two full years of trading that are due to have been filed, that economic operator will be excluded from this procurement competition. Where Economic Operators have not yet been trading for a full two year period, such that filed accounts are not yet due and available, and limited only to that circumstance, the required information to support (a) to (c) above may take the form of appropriate third party / statements setting out turnover, profit and loss, cashflow (current and forecast) and the economic operator's credit facility position. Note there will, however, be a negative scoring implication as noted below and in the Additional Documents. This above information is requested to enable Transport Scotland to perform their own assessment and confirm the financial ratios submitted. Ultimately, ensuring the correct score is allocated, and to ensure no misinterpretation. Where there exist differences in ratios, between those provided and those calculated by Transport Scotland, clarification will be sought.",
                    "minimum": "Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below: Evaluation Criteria Ratios (Question Ref. 4B6) The following nine evaluation criteria shall be scored, for each year for the last two years of trading, or for the period which is available if trading for less than two years: 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 scoring mechanism can be downloaded via the Additional Documents, located within the Additional Notice Options of the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). For the purpose of calculating the Annual Contract Value to Turnover ratio the estimated value in II.2.6 of this Contract Notice shall be adopted. Similarly, the duration of the Services Agreement shall be 8 years. This equates to an estimated value of 975000GBP per annum. The nine evaluation criteria will be individually scored and given a total aggregated score, out of a possible 50 marks, for each year of trading. Subsequently, each year's score will be weighted, with the most recent (\"Year 1\") weighted at 2/3rds and the previous (\"Year 2\") weighted at 1/3rd, and then aggregated to form an overall score for the two years out of 50 marks. If the economic operator is trading for less than 2 years, their financial ratios for the most recent full year of trading will be weighted at 2/3rds scored out of the total 50 marks. If the economic operator is trading for less than 1 year the information provided under III.1.2) b), will be prorated up to 1 year to calculate financial ratios for the full year and this will be weighted at 2/3rds and scored out of the total 50 marks. A submission shall be marked as a FAIL and will not be considered further if the score achieved by an economic operator (either a single economic operator or a group of economic operators) is less than 25 marks, out of the potential total aggregated score of 50 marks. A submission shall be marked as a FAIL and will not be considered further if the economic operator is unable to provide appropriate information to enable the calculation of the financial ratios. 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. A \"group of economic operators\" is defined as an unincorporated consortium or joint venture. Insurance (Question Ref. 4B5) In response to Question Ref. 4B5a and 4B5b Economic Operators must confirm they already have or can commit to obtain, prior to the commencement, the following levels of insurance: Employer's (Compulsory) Liability Insurance = 10 million GBP Professional Indemnity Insurance = 10 million GBP In responding to Question Ref 4B5a and 4B5b, where the Economic Operator responds \"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. 4C1.2 - Using the tables provided, Economic Operators shall be required to insert suitable responses to Statements (a) to (g) set out below, demonstrating that they have the required minimum standards of eligibility and technical and professional ability. Answers to these statements shall be provided 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. Response 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. Statement (b) is not scored but is required to be completed. The responses to Statements (c), (d), (e) and (f) shall be assessed on the basis of a score with a minimum threshold, using the following scoring mechanism: - Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion (0-2 Unacceptable); - Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capability/capacity (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 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 accordance with the following weightings: Statement (c) = 30%; Statement (d) = 30%; Statement (e) = 30%; Statement (f) = 10%. The weighted scores shall be aggregated to calculate a score out of 100 for the 4 statements. Under ESPD, Question Ref. 4C6 Economic Operators shall be required to insert suitable responses to Statement (g) demonstrating that their employees have the requisite experience, educational and professional qualifications to perform the Service. Under ESPD, Question Ref. 4C7 Economic Operators shall be required to insert suitable responses to Statements (h), (i) and (j) demonstrating that they have in place an appropriate quality, environmental and health and safety management systems. Economic Operators should specify their recognised accredited system or own non-accredited system, which shall ultimately be adopted upon conclusion of the Services Agreement. Subsequently, under ESPD Question Ref 4D1 and 4D2 Economic Operators are required to confirm their compliance and be able to provide the appropriate certification. The responses to Statements (h), (i) and (j) shall each be assessed on the basis of PASS or FAIL. Economic Operators who obtain a FAIL in either of their responses shall not be considered further in this procurement competition.",
                    "minimum": "Statement (a) - Within the last 3 years, have you provided commercial and financial advice on the development of a robust delivery model including financing options analysis, construction and maintenance strategy and analysis of tenders on a major complex transport infrastructure programme, with a construction cost of at least 250 million GBP in 2019 prices exclusive of VAT? If yes, please provide details. Statement (b) - Provide information on no more than 4 'reference projects' which reflect your experience in providing commercial and financial advice on major complex transport infrastructure programmes predominantly carried out within the last 5 years detailing your role and the scope of services performed. Statement (c) - Financial Proficiency (weighting 30%) - From your reference projects provide details which demonstrate your capability in benchmarking the capital cost of major complex infrastructure programmes and providing advice on funding and payment mechanism options. Responses should detail what the benefits and outcomes were to the project in terms of time and/or cost. (max. 1200 words) Statement (d) - Governance (weighting 30%) - From your reference projects provide details which demonstrate your capability in establishing and managing commercial outcomes on major complex infrastructure programmes: including reporting, risk management, financial and programme control. Responses should detail what the benefits and outcomes were to the project in terms of time and/or cost. (max. 1200 words) Statement (e) - Procurement Proficiency (weighting 30%) - From your reference projects provide details which demonstrate how you have provided procurement advice on successful procurement competitions for major complex infrastructure programmes. Responses should include, evidence of developing procurement documentation and of assisting with the evaluation of tender submissions. Responses should detail what value you added to the procurement process and what the benefits and outcomes to the project were. (max 1200 words) Statement (f) - Fair work and equality practices (weighting 10%) - Provide details of your commitment to fair working practices in line with the principles \"Fair Work First\" as set out in the Scottish Government's Fair Work Action Plan. Responses should include: evidence of a fair and equal pay; evidence of your commitment to promoting equalities; and details of employee training initiatives (i.e. skill development, professional training programmes, apprenticeships) etc. (max 800 words) Statement (g) - It is a requirement of the contract that the staff employed under the Service Agreement shall have minimum levels of experience, education and professional qualifications. Economic Operators should provide no more than 6 CVs (Maximum length 2 single sides of A4 for each CV) to demonstrate staff with the requisite capability to deliver the Service. The minimum educational and professional qualifications include: Professional staff - chartered status (or equivalent) of a relevant professional organisation; Graduate staff - Degree (or equivalent) in a relevant subject from a relevant degree-awarding body; and Technical Staff - Appropriately qualified to contribute to the provision of services. Statement (h) - Quality Management System. This may be European Foundation Quality Model (EFQM) or equivalent; BS EN ISO 9001:2015 (Quality Management Systems); other accredited management system; or own non-accredited management system. Statement (i) - Health and Safety Management System. This may be BS OHSAS 18001:2007 (Occupational Health and Safety Management Systems) and associated standards; other accredited management system; or own non-accredited management system. Statement (j) - Environmental Management System. This may be BS EN ISO 14001:2015 (Environmental Management Systems); other accredited management systems; or own non-accredited management system."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "66000000",
            "scheme": "CPV"
        },
        "reviewDetails": "An Economic Operator that suffers, or risks suffering, loss or damage attributed 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": "(SC Ref:614593)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000580284"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000580284"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "TS/MTRIPS/SER/2019/01",
            "suppliers": [
                {
                    "id": "org-46",
                    "name": "PricewaterhouseCoopers"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "TS/MTRIPS/SER/2019/01",
            "awardID": "TS/MTRIPS/SER/2019/01",
            "status": "active",
            "value": {
                "amount": 7800000,
                "currency": "GBP"
            },
            "dateSigned": "2020-02-12T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 114-280122"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "62",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "63",
                "measure": "smeBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "64",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "65",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "66",
                "measure": "electronicBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    }
}