Notice Information
Notice Title
Single Supplier Framework Agreement Insurance Advisory Services
Notice Description
Transport Scotland, on behalf of the Scottish Ministers, has identified the need for the services of an experienced insurance advisor ("single supplier") to provide insurance advice in relation to the procurement, development, construction, commissioning and operational stages of existing or proposed transport projects. It has been concluded that these services would be best met through the procurement of a single-supplier framework agreement, which offers both the required flexibility and prompt response mechanism to meet demand, which is required for the ad-hoc nature of these services. It is intended that the framework agreement shall be for a period of 4 years, during which the Scottish Ministers shall be entitled to call-off services from the framework agreement. It is estimated the value of services to be called-off over the four year period, will be in the order of 450,000 GBP.
Lot Information
Lot 1
It is anticipated that the advice required will be on an ad-hoc basis with quick turnaround times for projects such as the A9 and A96 Dualling, A737 Den Realignment, A77 Maybole Bypass and A9 Berriedale Braes as well as potentially rail and road network maintenance projects. It will be a requirement of the insurance advisor to ensure Scottish Ministers and/or their Contractors/Suppliers/Consultants shall have adequate and appropriate insurances in place that comply with legal requirements, minimise the risk of liability to Scottish Ministers and minimise the risk to budgets and project delivery. The services are likely to include the following: i. Desk top study of the complexity and nature of scheme and services; ii. Establish level of requirement and criteria for the provision of insurance policies for that scheme and services; iii. Provide technical advice to Transport Scotland on an ad-hoc basis regarding queries that may be received and are related to either specific or general insurance requirements; iv. Provision of all insurance advisory services in respect of the insurances required for the design, construction, commissioning, maintenance and operational stages of our construction projects, including advising on the insurances which are required from the Contractor/Consultant/Supplier; v. Provision of advice on the current insurance market and legislative concerns, including advice on losses and technical issues faced by similar transport projects in the UK and worldwide; vi. Provision of risk management services (from an insurance perspective); vii. Advising in relation to alternative risk financing options to insurance (including bonding arrangements); viii. Inspection of documentation relating to evidence of insurance, invoicing and policy documentation, including checking of all insurance certificates, policy documents, endorsements and cover notes including reporting and recommendations as required; ix. General brokering services x. Provision of on-going management and advice relating to the Queensferry Crossing project insurance programme (PIP) (including a non-recourse project insurance). The PIP covers all interested parties for various risks including construction all risks and third party liability risks; xi. Provision of administrative support to Transport Scotland in the management of PIPs. This includes the provision of advice in relation to claims management processes, the provision of claims consultancy service, and the provision of support in managing loss adjustors with the skills, experience and capability to investigate, negotiate and settle claims; xii. General customer services, in relation to insurance advisory services, to include: reporting, advising and liaising with appropriate stakeholder as required. It is envisaged that the services can be provided remotely at the economic operator's offices with attendance required on an ad-hoc basis at Transport Scotland's offices. However, on occasion, the provider may be required to undertake the following duties: i. attend the offices, construction sites or other locations within the UK as and when required; ii. attend meetings at Transport Scotland's main office in Buchanan House, Glasgow or site offices as and when may be required; iii. liaison with other Transport Scotland advisers/ consultants/ contractors at their specific offices/sites. The supplier will be procured through the restricted procedure, a procedure under the Public Contracts (Scotland) Regulations 2015. This is a two-stage procedure, comprising a prequalification stage and a tender stage. Section II.2.9 of this Contract Notice describes the criteria for choosing the limited number of candidates. In order to be considered for the prequalification stage, economic operators are required to complete and submit an ESPD, which can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk) It is anticipated that a total of 5 economic operators will be invited to tender stage.. The Framework Agreement will be based on NEC4 Framework and professional services contract with bespoke amendments. Each economic operator shall be invited to submit a Tender on the same contract terms.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000583326
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN355716
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
66 - Financial and insurance services
-
- CPV Codes
66000000 - Financial and insurance services
66510000 - Insurance services
66513200 - Contractor's all-risk insurance services
66514100 - Insurance related to Transport
66517300 - Risk management insurance services
66518100 - Insurance brokerage services
66519200 - Engineering insurance services
Notice Value(s)
- Tender Value
- £450,000 £100K-£500K
- Lots Value
- £450,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 31 May 20196 years ago
- Submission Deadline
- 5 Jul 2019Expired
- 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT SCOTLAND
- Contact Name
- Pat Brassil
- Contact Email
- patrick.brassil@transport.gov.scot
- Contact Phone
- Not specified
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
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN355716&idx=1
3rd June 2019 - Economic and Financial Standing Evaluation Criteria Ratios and Scoring -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN355716
Single Supplier Framework Agreement Insurance Advisory Services - Transport Scotland, on behalf of the Scottish Ministers, has identified the need for the services of an experienced insurance advisor ("single supplier") to provide insurance advice in relation to the procurement, development, construction, commissioning and operational stages of existing or proposed transport projects. It has been concluded that these services would be best met through the procurement of a single-supplier framework agreement, which offers both the required flexibility and prompt response mechanism to meet demand, which is required for the ad-hoc nature of these services. It is intended that the framework agreement shall be for a period of 4 years, during which the Scottish Ministers shall be entitled to call-off services from the framework agreement. It is estimated the value of services to be called-off over the four year period, will be in the order of 450,000 GBP.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000583326-2019-05-31T00:00:00Z",
"date": "2019-05-31T00:00:00Z",
"ocid": "ocds-r6ebe6-0000583326",
"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"
}
}
],
"buyer": {
"name": "Transport Scotland",
"id": "org-58"
},
"tender": {
"id": "TS/MP/SER/2019/02",
"title": "Single Supplier Framework Agreement Insurance Advisory Services",
"description": "Transport Scotland, on behalf of the Scottish Ministers, has identified the need for the services of an experienced insurance advisor (\"single supplier\") to provide insurance advice in relation to the procurement, development, construction, commissioning and operational stages of existing or proposed transport projects. It has been concluded that these services would be best met through the procurement of a single-supplier framework agreement, which offers both the required flexibility and prompt response mechanism to meet demand, which is required for the ad-hoc nature of these services. It is intended that the framework agreement shall be for a period of 4 years, during which the Scottish Ministers shall be entitled to call-off services from the framework agreement. It is estimated the value of services to be called-off over the four year period, will be in the order of 450,000 GBP.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "66510000",
"scheme": "CPV"
},
{
"id": "66514100",
"scheme": "CPV"
},
{
"id": "66000000",
"scheme": "CPV"
},
{
"id": "66513200",
"scheme": "CPV"
},
{
"id": "66517300",
"scheme": "CPV"
},
{
"id": "66519200",
"scheme": "CPV"
},
{
"id": "66518100",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Scotland wide, Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 450000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"written"
],
"tenderPeriod": {
"endDate": "2019-07-05T12:00:00Z"
},
"documents": [
{
"id": "JUN355716",
"documentType": "contractNotice",
"title": "Single Supplier Framework Agreement Insurance Advisory Services",
"description": "Transport Scotland, on behalf of the Scottish Ministers, has identified the need for the services of an experienced insurance advisor (\"single supplier\") to provide insurance advice in relation to the procurement, development, construction, commissioning and operational stages of existing or proposed transport projects. It has been concluded that these services would be best met through the procurement of a single-supplier framework agreement, which offers both the required flexibility and prompt response mechanism to meet demand, which is required for the ad-hoc nature of these services. It is intended that the framework agreement shall be for a period of 4 years, during which the Scottish Ministers shall be entitled to call-off services from the framework agreement. It is estimated the value of services to be called-off over the four year period, will be in the order of 450,000 GBP.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN355716",
"format": "text/html"
},
{
"id": "JUN355716-1",
"title": "Economic and Financial Standing Evaluation Criteria Ratios and Scoring",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN355716&idx=1",
"datePublished": "2019-06-03T08:37:42Z",
"dateModified": "2019-06-03T08:37:42Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
}
],
"lots": [
{
"id": "1",
"description": "It is anticipated that the advice required will be on an ad-hoc basis with quick turnaround times for projects such as the A9 and A96 Dualling, A737 Den Realignment, A77 Maybole Bypass and A9 Berriedale Braes as well as potentially rail and road network maintenance projects. It will be a requirement of the insurance advisor to ensure Scottish Ministers and/or their Contractors/Suppliers/Consultants shall have adequate and appropriate insurances in place that comply with legal requirements, minimise the risk of liability to Scottish Ministers and minimise the risk to budgets and project delivery. The services are likely to include the following: i. Desk top study of the complexity and nature of scheme and services; ii. Establish level of requirement and criteria for the provision of insurance policies for that scheme and services; iii. Provide technical advice to Transport Scotland on an ad-hoc basis regarding queries that may be received and are related to either specific or general insurance requirements; iv. Provision of all insurance advisory services in respect of the insurances required for the design, construction, commissioning, maintenance and operational stages of our construction projects, including advising on the insurances which are required from the Contractor/Consultant/Supplier; v. Provision of advice on the current insurance market and legislative concerns, including advice on losses and technical issues faced by similar transport projects in the UK and worldwide; vi. Provision of risk management services (from an insurance perspective); vii. Advising in relation to alternative risk financing options to insurance (including bonding arrangements); viii. Inspection of documentation relating to evidence of insurance, invoicing and policy documentation, including checking of all insurance certificates, policy documents, endorsements and cover notes including reporting and recommendations as required; ix. General brokering services x. Provision of on-going management and advice relating to the Queensferry Crossing project insurance programme (PIP) (including a non-recourse project insurance). The PIP covers all interested parties for various risks including construction all risks and third party liability risks; xi. Provision of administrative support to Transport Scotland in the management of PIPs. This includes the provision of advice in relation to claims management processes, the provision of claims consultancy service, and the provision of support in managing loss adjustors with the skills, experience and capability to investigate, negotiate and settle claims; xii. General customer services, in relation to insurance advisory services, to include: reporting, advising and liaising with appropriate stakeholder as required. It is envisaged that the services can be provided remotely at the economic operator's offices with attendance required on an ad-hoc basis at Transport Scotland's offices. However, on occasion, the provider may be required to undertake the following duties: i. attend the offices, construction sites or other locations within the UK as and when required; ii. attend meetings at Transport Scotland's main office in Buchanan House, Glasgow or site offices as and when may be required; iii. liaison with other Transport Scotland advisers/ consultants/ contractors at their specific offices/sites. The supplier will be procured through the restricted procedure, a procedure under the Public Contracts (Scotland) Regulations 2015. This is a two-stage procedure, comprising a prequalification stage and a tender stage. Section II.2.9 of this Contract Notice describes the criteria for choosing the limited number of candidates. In order to be considered for the prequalification stage, economic operators are required to complete and submit an ESPD, which can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk) It is anticipated that a total of 5 economic operators will be invited to tender stage.. The Framework Agreement will be based on NEC4 Framework and professional services contract with bespoke amendments. Each economic operator shall be invited to submit a Tender on the same contract terms.",
"status": "active",
"value": {
"amount": 450000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Execution of the Services; Risk Management ; Communication; and Staff and/or Resourcing.",
"description": "40"
},
{
"type": "cost",
"name": "Comparative Cost of Tender",
"description": "60"
}
]
},
"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 shall result in suspension or termination of the contract."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2019-08-07T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Under Question Ref. 4A1a of the ESPD, if appropriate economic operators must be enrolled in the relevant professional 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). Accreditation/ Registration Under Question Ref. 4A2A of the ESPD, economic operators shall be authorised or registered by the Prudential Regulation Authority or the Financial Conduct Authority to provide the services required in this Contract Notice. Staff It is a requirement of the contract that the economic operator shall possess the necessary human resources (Framework Director, Senior Insurance Advisor, Insurance Advisor, Graduate Insurance Advisor), who shall be qualified appropriately and have the requisite experience to perform the requirement as described under Section III.1.3 of this Contract Notice. Details should be provided for under ESPD, Question Ref. 4C6. Management Systems Under ESPD, Question Ref. 4C.7 economic operators shall be required to demonstrate that they have in place appropriate quality, environmental and health and safety management systems. 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. 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. Environmental Management System. This may be BS EN ISO 14001:2015 (Environmental Management Systems); other accredited management systems; or own non-accredited management system. Economic operators should specify their recognised accredited system or own non-accredited system, which shall ultimately be adopted under the Framework Agreement. Responses shall each be assessed on the basis of PASS or FAIL. Economic operators who obtain a FAIL in any of their responses shall be excluded from this procurement competition."
},
{
"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, b and c 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. 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 framework agreement shall be 4 years. This equates to an estimated value of 112,500 GBP 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 a 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. 4B5 a, b and c economic operators must confirm they already have or can commit to obtain, prior to the commencement of the framework agreement, the following levels of insurance: Employer's (Compulsory) Liability Insurance = 5 million GBP Public Liability Insurance = 5 million GBP Professional Indemnity Insurance = 5 million GBP In responding to Question Ref 4B.5 a, b and c, 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": "Under ESPD: Question Ref. 4C1.2 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. Answers to these statements shall be provided by single economic operators and by groups of economic operators (group members should not respond individually). Response to Statement (a) shall be assessed on the basis of PASS or FAIL. economic operators who fail to satisfy this minimum standard (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 - 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 (1 - Poor); - 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 (2 - 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 (3 - 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 (4 - 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 2. Where a response is 2 or greater it shall be weighted in accordance with the following weightings: Statement (c) = 30%; Statement (d) = 30%; Statement (e) = 25%; Statement (f) = 15%. The weighted scores shall be aggregated to calculate a score out of 100 for the 4 statements. Words in excess of the maximum word limit for each statement will neither be considered nor scored.",
"minimum": "Statement (a) Within the last 3 years, have you been the principal insurance advisor acting for the main client or the main contractor providing insurance advisory services in relation to the procurement, construction and operational stages of a major transport infrastructure project with a value of at least 100 million GBP in 2019 prices (exc of VAT)? If YES, please provide details Statement (b) Provide information on up to 5 \"reference projects\" where you provided insurance advisory services within the last 3 years, referring to the scope, size and/or complexity the services required under this framework agreement. Detail your role and the scope of the relevant services performed. Statement (c) Value for Money (weighting 30%) - From your reference projects, provide details of the management arrangements and methods of work employed for the delivery of previous insurance advice, assessments and client support services. Submissions should detail the outcomes and benefits achieved from the advice, assessments and/or professional support provided, particularly evidence of when the aforementioned provided value for money to the client. (Max 1000 words) Statement (d) Risk Management and Mitigation (weighting 30%) - From your reference projects, provide details of your approach to risk identification, management and mitigation in relation to the provision of insurance advisory services. Response should demonstrate your experience of managing risk (from an insurance perspective), your understanding of the key risks for the client and various stakeholders, specific mitigation measures adopted and the benefits or overall outcomes as a result of your approach. (Max 1000 words) Statement (e) Communication (weighting 25%) - From your reference projects, provide details on your approach to communication. Response should include the use of reliable and efficient methods of communication, establishment of appropriate reporting structures, and the use of information sharing methods/systems and technology. The response should detail how the aforementioned communication aspects assisted project delivery and value for money. The responses should include details of the benefits achieved (e.g. time and cost) as a result of approaches taken. (Max 1000 words) Statement (f) Fair work and equality practices (weighting 15%) - Describe your approach to equality and fair work practices for staff (including any agency or sub-contractor staff) engaged in the delivery of similar services. Response should provide: evidence of fair and equal pay; working hours; commitment to promoting equalities; and details of employee training initiatives (i.e. skills development, apprenticeships, knowledge promotion/sharing)(Max 1000 words) Unless otherwise stated, economic operators must provide a minimum of 2 CVs for each staff classification below (max. length 1 single sided sheet of A4 for each CV). Framework Director (min 1 CV) - Directed a number of commissions in relation to major transport infrastructure projects in the public and/or private sectors with responsibility for providing insurance advice and brokering services at all stages of the project. Has extensive knowledge and skills of insurance advisory services. Senior Insurance Advisor - Expert in the insurance advisory aspects of infrastructure projects, including legal and technical issues, commercial negotiations, due diligence and benchmarking. Wide range of knowledge, experience and analytical skills when leading insurance advisory teams at all stages of a major transport infrastructure project. Insurance Advisor - Proficient in the insurance advisory aspects of all stages of major infrastructure projects. Good knowledge and experience of providing general insurance services and advice in connection with such projects. Graduate Insurance Advisor - Engaged in relevant aspects of various stages of infrastructure projects."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
}
},
"classification": {
"id": "66510000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 042-095372"
}
],
"description": "Transport Scotland will conduct this procurement competition on behalf of the Scottish Ministers. Subject to the conclusion of the Framework Agreement, it is the intention that the Framework Agreement will be entered into between the Scottish Ministers and the most economically advantageous tenderer. Each economic operator shall be invited to submit a Tender on the same contract terms. To be considered for this procurement competition, economic operators should complete an ESPD through the Public Contract Scotland portal and submit the completed ESPD electronically by no later than 12 noon BST on 5 July 2019. Transport Scotland shall not evaluate any ESPD received past the specified deadline, unless the delay is caused by a situation outwith the control of the economic operator, the determination of which shall be at the sole discretion of Transport Scotland. Compliance in achieving the specified deadline is the sole responsibility of the economic operator. Economic operators which alter their composition after making a submission or whose position has materially changed will be the subject of re-evaluation. Transport Scotland reserves the right, at any point, to request current and up-to-date information to enable re-evaluation of any economic operator. As set out in accordance with section II.2.9 above, an economic operator who no longer has the requisite: technical or professional ability; human resources; or economic and financial standing, as required under this Contract Notice shall be excluded from this procurement competition. Any request by economic operator's for clarification of any part of the documentation shall be made using the Question and Answer feature on the Public Contract Scotland portal. If the query is commercially sensitive then it should be made to the following email address: john.docherty@transport.gov.scot. The decision whether a request for clarification shall be considered commercially sensitive or not rests solely at the absolute discretion of Transport Scotland. The deadline to submit questions relating to the submission is 5pm BST on 24 June 2019. Transport Scotland shall not 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 shall not entitle economic operators to qualify their submission. Transport Scotland reserve the right not to conclude any Framework Agreement as a result of the procurement process initiated by this notice and to make whatever changes Transport Scotland 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 Transport Scotland may need to be disclosed and/or published by the Transport Scotland in compliance with the Freedom of Information (Scotland) Act 2002. This contract notice follows the publication of the Prior Information Notice (Ref.2019/S 042-095372). 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=583326. 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. (SC Ref:583326) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=583326",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000583326"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}