Notice Information
Notice Title
Design Standards Advice and Professional Services Multiple Framework Agreement
Notice Description
Transport Scotland has identified a continuing need to appoint Consultants to provide Standards Advice and Professional services, relating to transport services. These will include the analysis, evaluation, reviews, reports and recommendations relating to construction, operation, improvement and maintenance of Scottish transport infrastructure. The principal services shall comprise the provision of a consultancy service for advice and guidance on the development in all aspects of the assessment of applications for departures from standards, design standards, specifications and materials typically but not exclusive to geotechnics, drainage, road safety, structures, maintenance operation of transport infrastructure assets, traffic and transportation, environment and sustainability and the provision of advice in relation to technical specifications and publications.
Lot Information
Lot 1
Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland has identified the requirement to appoint a Consultant to provide transport related technical assistance. It has been concluded that this requirement would be best met through the use of a multiple supplier framework agreement. The framework agreement/contract will be in place for a period of 4 years to award tasks and continue beyond that period until the satisfactory completion of tasks awarded. The Agreement will require the provision of services including data collection, analysis, evaluation, reviews, reports and recommendations relating to the construction, operation, improvement and maintenance of the Scottish transport infrastructure. The work packages ordered through the Agreement may include the following categories: geotechnical and drainage; design standards, specification and materials; structures; maintenance and operation of transport infrastructure assets; traffic and transportation; environment and sustainability. The intent of this competition is to procure three suitably experienced service providers ("Framework Participants") that will permit the execution of services in relation to projects of varying size, complexity and value. Having three Framework Participants will provide flexibility to cover situations where potential conflicts of interest or capacity issues arise. The consultancy services will be called off from the framework agreement on the basis of the appointment of a principal single supplier to provide the service with two further consultants who can be engaged when the first consultant is unable through any circumstance to commit to undertake the work offered. The Consultant will be procured through a competitive tender procedure, in accordance with the restricted procedure as provided for in the Public Contracts (Scotland) Regulations 2015. To be considered for this Contract economic operators are required to complete the European Single Procurement Document (ESPD) in accordance with this Contract Notice. Economic operators shall be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015, on the basis of information they have provided within the ESPD. The ESPD can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk).The scope of works will include, but not limited to: Design Standards Advice and Professional Services The framework agreement shall be the basis of the award of specific contract tasks for the provision of specialist technical services. The principal services shall comprise the provision of a consultancy service for departure form standards design advice and guidance on all aspects of DMRB design standards and other guidance, specifications and materials typically but not exclusive to geotechnical, drainage, road transport, safety, structures, maintenance operation of transport infrastructure assets, traffic and transportation, environment and sustainability. The Services shall include analysis, evaluation, reviews, reports, research and recommendations relating to the construction, operation, improvement and maintenance of road transport infrastructure. This shall include both the performance of the service and the provision of advice in relation to the service. In addition, the service provider shall provide advice in relation to technical specifications or publications. Other services may be required to be undertaken from time to time, including similar services related to railway and other transport infrastructure. The service provider may be required to provide seconded staff to be located in the offices of Transport Scotland.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000608700
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC375814
- 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
73 - Research and development services and related consultancy services
-
- CPV Codes
73000000 - Research and development services and related consultancy services
73200000 - Research and development consultancy services
73210000 - Research consultancy services
Notice Value(s)
- Tender Value
- £1,600,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Dec 20196 years ago
- Submission Deadline
- 20 Jan 2020Expired
- 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
- Peter Renfrew
- Contact Email
- peter.renfrew@transport.gov.scot
- Contact Phone
- +44 1412727107
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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC375814&idx=1
23rd December 2019 - ESPD - Multiple Framework Agreement for Design Standards Advice and Professional Services -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC375814
Design Standards Advice and Professional Services Multiple Framework Agreement - Transport Scotland has identified a continuing need to appoint Consultants to provide Standards Advice and Professional services, relating to transport services. These will include the analysis, evaluation, reviews, reports and recommendations relating to construction, operation, improvement and maintenance of Scottish transport infrastructure. The principal services shall comprise the provision of a consultancy service for advice and guidance on the development in all aspects of the assessment of applications for departures from standards, design standards, specifications and materials typically but not exclusive to geotechnics, drainage, road safety, structures, maintenance operation of transport infrastructure assets, traffic and transportation, environment and sustainability and the provision of advice in relation to technical specifications and publications.
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-r6ebe6-0000608700-2019-12-19T00:00:00Z",
"date": "2019-12-19T00:00:00Z",
"ocid": "ocds-r6ebe6-0000608700",
"initiationType": "tender",
"parties": [
{
"id": "org-32",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0HF"
},
"contactPoint": {
"name": "Peter Renfrew",
"email": "Peter.Renfrew@transport.gov.scot",
"telephone": "+44 1412727107",
"faxNumber": "+44 1412727272",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "National or federal agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.transport.gov.scot"
}
}
],
"buyer": {
"name": "Transport Scotland",
"id": "org-32"
},
"tender": {
"id": "TS/ROADS/SER/2019/08",
"title": "Design Standards Advice and Professional Services Multiple Framework Agreement",
"description": "Transport Scotland has identified a continuing need to appoint Consultants to provide Standards Advice and Professional services, relating to transport services. These will include the analysis, evaluation, reviews, reports and recommendations relating to construction, operation, improvement and maintenance of Scottish transport infrastructure. The principal services shall comprise the provision of a consultancy service for advice and guidance on the development in all aspects of the assessment of applications for departures from standards, design standards, specifications and materials typically but not exclusive to geotechnics, drainage, road safety, structures, maintenance operation of transport infrastructure assets, traffic and transportation, environment and sustainability and the provision of advice in relation to technical specifications and publications.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "73000000",
"scheme": "CPV"
},
{
"id": "73210000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Transport Scotland, Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 1600000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"written"
],
"tenderPeriod": {
"endDate": "2020-01-20T17:00:00Z"
},
"documents": [
{
"id": "DEC375814",
"documentType": "contractNotice",
"title": "Design Standards Advice and Professional Services Multiple Framework Agreement",
"description": "Transport Scotland has identified a continuing need to appoint Consultants to provide Standards Advice and Professional services, relating to transport services. These will include the analysis, evaluation, reviews, reports and recommendations relating to construction, operation, improvement and maintenance of Scottish transport infrastructure. The principal services shall comprise the provision of a consultancy service for advice and guidance on the development in all aspects of the assessment of applications for departures from standards, design standards, specifications and materials typically but not exclusive to geotechnics, drainage, road safety, structures, maintenance operation of transport infrastructure assets, traffic and transportation, environment and sustainability and the provision of advice in relation to technical specifications and publications.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC375814",
"format": "text/html"
},
{
"id": "DEC375814-1",
"title": "ESPD - Multiple Framework Agreement for Design Standards Advice and Professional Services",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC375814&idx=1",
"datePublished": "2019-12-23T09:05:39Z",
"dateModified": "2019-12-23T09:05:39Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "DEC375814-2",
"title": ".",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC375814&idx=2",
"datePublished": "2020-01-06T14:05:15Z",
"dateModified": "2020-01-06T14:05:15Z",
"format": "application/pdf"
},
{
"id": "DEC375814-3",
"title": ".",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC375814&idx=3",
"datePublished": "2020-01-07T10:12:43Z",
"dateModified": "2020-01-07T10:12:43Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "DEC375814-4",
"title": ".",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC375814&idx=4",
"datePublished": "2020-01-08T11:10:37Z",
"dateModified": "2020-01-08T11:10:37Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
}
],
"lots": [
{
"id": "1",
"description": "Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland has identified the requirement to appoint a Consultant to provide transport related technical assistance. It has been concluded that this requirement would be best met through the use of a multiple supplier framework agreement. The framework agreement/contract will be in place for a period of 4 years to award tasks and continue beyond that period until the satisfactory completion of tasks awarded. The Agreement will require the provision of services including data collection, analysis, evaluation, reviews, reports and recommendations relating to the construction, operation, improvement and maintenance of the Scottish transport infrastructure. The work packages ordered through the Agreement may include the following categories: geotechnical and drainage; design standards, specification and materials; structures; maintenance and operation of transport infrastructure assets; traffic and transportation; environment and sustainability. The intent of this competition is to procure three suitably experienced service providers (\"Framework Participants\") that will permit the execution of services in relation to projects of varying size, complexity and value. Having three Framework Participants will provide flexibility to cover situations where potential conflicts of interest or capacity issues arise. The consultancy services will be called off from the framework agreement on the basis of the appointment of a principal single supplier to provide the service with two further consultants who can be engaged when the first consultant is unable through any circumstance to commit to undertake the work offered. The Consultant will be procured through a competitive tender procedure, in accordance with the restricted procedure as provided for in the Public Contracts (Scotland) Regulations 2015. To be considered for this Contract economic operators are required to complete the European Single Procurement Document (ESPD) in accordance with this Contract Notice. Economic operators shall be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015, on the basis of information they have provided within the ESPD. The ESPD can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk).The scope of works will include, but not limited to: Design Standards Advice and Professional Services The framework agreement shall be the basis of the award of specific contract tasks for the provision of specialist technical services. The principal services shall comprise the provision of a consultancy service for departure form standards design advice and guidance on all aspects of DMRB design standards and other guidance, specifications and materials typically but not exclusive to geotechnical, drainage, road transport, safety, structures, maintenance operation of transport infrastructure assets, traffic and transportation, environment and sustainability. The Services shall include analysis, evaluation, reviews, reports, research and recommendations relating to the construction, operation, improvement and maintenance of road transport infrastructure. This shall include both the performance of the service and the provision of advice in relation to the service. In addition, the service provider shall provide advice in relation to technical specifications or publications. Other services may be required to be undertaken from time to time, including similar services related to railway and other transport infrastructure. The service provider may be required to provide seconded staff to be located in the offices of Transport Scotland.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "It is intended that between three and six economic operators be taken forward to tender stage. These economic operators shall be those who have: (i) submitted a compliant submission, comprising the completed ESPD; (ii) satisfied the relevant selection criteria under the exclusion grounds; (iii) (a) Minimum Standards of Eligibility - provided evidence of working on specified types of projects over a specified value; and (b) Technical or Professional Ability - provided evidence demonstrating an acceptable level of technical or professional ability. (c) Human Resources - possess the necessary human resources, qualified appropriately to perform the requirement. (iv) has in place quality, environmental and health and safety management systems and/or has in place appropriate sustainability measures which attribute significantly to the requirement; (v) satisfied minimum standards of economic and financial standing; (vi) achieved the first, second, third, fourth or fifth highest combined weighted scores in respect of technical or professional ability calculated in accordance with the responses to Statements (c), (d), (e) and (f) (refer to Section III.1.3). However, if an economic operator has not submitted a compliant submission as described in (i) above, failed in respect of either (ii), (iii), (iv) or (v) above, then that economic operator shall be excluded from the ranking of scores described in (vi) as above. Economic operators shall be required to self-certify their adherence to the above selection criteria via the ESPD (Question Ref. 5.1). Suppliers shall be required to submit appropriate means of proof at a later stage as stated in Regulation 60 of the Public Contracts (Scotland) Regulations 2015."
},
"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. Further details will be contained within the tender documents."
},
"coveredBy": [
"GPA"
],
"secondStage": {
"invitationDate": "2020-03-02T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "It is a requirement of the Contract that staff employed under the Contract shall have minimum levels of experience, education and professional qualifications. In particular, the top management of the frameworks appointee shall be a Chartered Professional or equivalent with considerable experience at a senior level of managing integrated teams and other specialisms relevant to the provision and performance of the services. The Framework Manger shall be a Chartered Professional or equivalent with recognised professional qualifications relevant to highway design with considerable post chartered experience in a senior position of managing integrated design teams relevant to the provision and performance of the Services under a Task Order. Principal Roads and Related Infrastructure Engineer/Professional shall be a Chartered Professional in a relevant discipline with substantial relevant experience (a minimum of 10 years) relevant to the Services. Membership of a Chartered Institution or equivalent in a relevant profession is also required. Senior Roads and Related Infrastructure Engineer/Professional/ Senior Researcher shall be capable of carrying out elements of the task orders under the supervision of the Principal Roads Engineer and be Chartered or working towards achieving Chartered status within two years with a relevant professional body with a minimum of five years post-qualification experience or a Senior Researcher educated to degree level with a minimum of five years post-qualification experience in related transport research projects. Roads and Related Infrastructure Engineer/Professional/ Researcher shall be capable of carrying out elements of the task orders under direct supervision, be educated to degree level and have a minimum of three years of post-qualification experience relevant to the commission. Additional roles may be set out at ITT stage."
},
{
"type": "economic",
"description": "Economic Operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, Economic Operators shall: (a) in response to ESPD, Question Ref. 4B.1.1 provide the specified annual turnover for the last two years of trading, or for the period which is available if trading for less than two years; (b) in response to ESPD, Question Ref. 4B.4 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.5.1 confirm they already have or can commit to obtain, prior to commencement of the contract the required levels of insurance. In addition to the information requested under (a) and (b), economic operators are required to provide a link / copies of the associated annual accounts as filed at Companies House (or equivalent if not a UK registered company) for the last two years of trading, or for the period which is available if less than two years. This information has been requested to enable Transport Scotland to perform their own assessment and confirm the financial ratios submitted. Ultimately, ensuring the correct score is allocated, and to ensure no misinterpretation. Where there exist differences in ratios, between those provided and those calculated by Transport Scotland, clarification will be sought.",
"minimum": "Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below: Evaluation Criteria Ratios (Question Ref. 4B.4) The financial information received under ESPD, Question Ref. 4B.4 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.5.1 economic operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Public Liability Insurance = 5,000,000 GBP Professional Indemnity Insurance = 5,000,000 GBP And, in response to Question Ref. 4B.5.2 economic operators must confirm they already have or can commit to obtain any other insurance, including Employers Liability, required by the Contract or by the appropriate legislation, with a sum insured / limit of indemnity to satisfy the Contract or legal requirements. In responding to Question Ref. 4B.5.1 and 4B.5.2 of the ESPD, where the bidder ticks the box \"No, and I cannot commit to obtain it\" they shall be marked as FAIL and shall be excluded from this procurement competition."
},
{
"type": "technical",
"description": "ESPD: Question Ref. 4C.1.2 - Using the tables provided economic operators shall be required to insert suitable responses to Statements (a) to (f) set out below, demonstrating that they have the required minimum standards of eligibility and technical and professional ability. Answers to these statements shall be answered by single economic operators and by groups of economic operators (group members should not respond individually). A \"group of economic operators\" is defined as an unincorporated consortium or joint venture. Responses to Statements (a) and (b) shall be assessed on the basis of PASS or FAIL. Economic Operators who fail to satisfy these minimum standards (either they answer 'No' or fail to provide an acceptable answer) shall be excluded from the procurement competition. The responses to Statements (c), (d), (e) and (f) shall be assessed on the basis of a score, using the following scoring mechanism: - Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion (0 - 2 Unacceptable); - Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability (3 - 4 Weak); - Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature (5 - 6 Acceptable); - Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients (7 - 8 Good); - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients (9 -10 Excellent). Under ESPD, Question Ref. 4C.7 economic operators shall be required to insert suitable responses to Statements (g), (h), and (i) demonstrating that they have in place an appropriate quality, environmental and health and safety management systems. Economic Operators should specify their recognised accredited system or own non-accredited system, which will ultimately shall be adopted if awarded the contract. Subsequently, under ESPD, Question Ref. 4D.1 economic operators are required to confirm their compliance and be able to provide the appropriate certification. The responses to Statements (g), (h) and (i) 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 5 years have you led on a task where you were required to utilise various Design Standards and Guidance documents, for a client to the value of at least 20,000 GBP Sterling excluding VAT per annum? If yes, please provide details. Statement (b) - Within the last 5 years have you produced and/or checked Departures from Standards, relating to the DMRB,? If yes, please provide details, including key considerations. Statement (c) - Contract performance (weighting 25%) - Using reference projects, provide details on how you have maintained the availability of experienced and qualified key personnel to deliver the services required by the Employer on a series of projects, to the required standards, timescales and budgets. Statement (d) - Stakeholder Engagement (Weighting 25%) - Using reference projects, provide details of your approach to working, managing and interfacing with key stakeholders including, but not limited to partnering, skills transfer, knowledge sharing, innovation, environmental performance, and flexibility of approach. Statement (e) - Best Practice (Weighting 25%) - Using reference projects, provide details of your approach to using and capturing best practice and forward thinking in Design Standards and Guidance. Statement (f) - Project management (Weighting 25%) - Using reference projects, demonstrate the implementation of project management and quality controls to ensure the Services are delivered in accordance with the Employer's requirements and best practice. Statement (g) - 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 (h) - Environmental Management System. This may BS EN ISO 14001:2015 (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."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3
}
},
"classification": {
"id": "73200000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Transport Scotland will conduct the proposed procurement process for the Framework Agreement on behalf of the Scottish Ministers. In the event of the conclusion of the Framework Agreement, it is the intention that the Framework Agreement will be entered into between the Scottish Ministers and the most economically advantageous tenderers. Each selected economic operator shall be invited to submit a Tender on the same contract terms. The duration of the Framework Agreement referred to in paragraph II.2.7) of this notice is the original period of the proposed Framework Agreement. Each economic operator shall submit four paper copies (one marked \"ORIGINAL\" and three marked COPY 1, 2, or 3 as relevant) together with one USB flash drive copy of the completed ESPD, in a sealed package to arrive by no later than 17:00 BST/GMT on 20th January 2020 to the following addressee and address: Procurement Support Manager Transport Scotland Buchanan House 58 Port Dundas Road Glasgow G4 0HF United Kingdom The submission, comprising the completed ESPD, shall be submitted via the Public Contracts Scotland portal, by no later than 1700hrs BST/GMT on 20th January 2020. 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 1700hrs BST/GMT on 08th January 2020 with responses posted by 15th January 2020. Neither Transport Scotland nor the Scottish Ministers shall be responsible in any way to Economic Operators as a result of any delay or failure in answering any request for clarification or any decision not to answer a request for clarification (either in full or in part). Absence of a response from Transport Scotland or the Scottish Ministers shall not entitle Economic Operators to qualify their submission. The Scottish Ministers reserve the right not to conclude any Framework Agreement as a result of the procurement process initiated by this notice and to make whatever changes the Scottish Minsters deem appropriate to the content, process, timing and structure of the procurement process. Transport Scotland and the Scottish Ministers shall have no liability for any costs howsoever incurred by those participating in the competition. Economic operators should be aware that all information submitted to the Scottish Ministers may need to be disclosed and / or published by the Scottish Ministers in compliance with the Freedom of Information (Scotland) Act 2002 as amended. 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=537357. (SC Ref:537357) 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=608700. 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: . (SC Ref:608700)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000608700"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}