Notice Information
Notice Title
Multi-Supplier Framework Agreement for Roads Based Transportation Multi-Disciplinary Consultancy Services: 2021-2025
Notice Description
Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Minsters. Over the forthcoming years Transport Scotland has identified the requirement to appoint suitably qualified and experienced multi-disciplinary consultants ("Consultants") for provision of services to support delivery of a number of projects and schemes, anticipated from the second Strategic Transport Projects Review in response to the second National Transport Strategy (https://www.transport.gov.scot/media/47052/national-transport-strategy.pdf). (https://www.transport.gov.scot/our-approach/strategy/strategic-transport-projects-review-2/) Such projects and schemes may include but are not limited to: Trunk Road projects; Road safety improvements (e.g. junction improvements); Bus priority schemes; Active travel schemes; Managed motorways or other capacity or demand management schemes; Intelligent transport solutions; Light rail (i.e. Trams and the like); Asset renewal schemes not within the Operating Company remit; and Environmental offsetting or compensatory schemes.
Lot Information
Lot 1
Transport Scotland, on behalf of the Scottish Ministers, has identified the requirement to appoint multi-disciplinary Consultants to provide services for forthcoming roads related transport infrastructure projects and schemes to support its investment in and improvement of the trunk road and transportation infrastructure network. It has been concluded that this requirement would be best met through the use of a multiple supplier framework agreement (MFA). This will not be divided into separate lots. The intent of the procurement competition is to appoint 5 Consultants under a MFA that will be in place for a period of 4 years, during which Transport Scotland shall be entitled to call-off services in relation to projects and schemes of varying size, complexity and value. Having multiple suppliers will provide flexibility to cover situations where potential conflicts of interest or capacity issues arise. It is anticipated that these multi-disciplinary services will be called off via a rotational pattern up to an estimated value of 250,000 GBP. However, for services of greater value or of a particular complexity, Transport Scotland will have the option to run mini-competitions. The scope of services anticipated under this MFA may include, but not be limited to: - Development of programmes for project/schemes from inception through to completion; - Overall project/scheme management; - Assistance as required in the procurement, by competition, of other specialist consultants/contractors; - Completion of Feasibility Studies, Route Action Plans and Scottish Transport Appraisal Guidance (STAG) assessments; - Development of design options for roads based transportation projects (including bus priority schemes and light rail), asset renewal works and Active Travel facilities; - Undertaking a Design Manual for Roads and Bridges (DMRB) Stage 2 and Stage 3 Assessment or equivalent route options and design and assessment work; - Undertaking public and stakeholder consultation; - Development of a detailed design or Specimen Design; - Completing Environmental Impact Assessment Report; - Performing the appropriate Statutory Processes; - Providing support to the Employer at any statutory proceedings that may be required; - Preparation of Tender and Contract Documentation; - Construction Supervision, including a period of maintenance; - Delivering, recording and reporting Education Liaison and other Community Benefits throughout the period of the Contract; - Provision of training and mentoring services; and - Any other related services requested by the Employer Example work packages have been provided as a guide and can be downloaded via the Additional Documents located within the Additional Notice Options of the Public Contracts Scotland portal. This is a guide only at this stage and the actual work packages to be included in the framework agreement will be provided at tender stage. It is envisaged that the services shall be provided at the Consultants own offices, with attendance required on an ad-hoc basis at Transport Scotland's offices and construction sites. On occasion, the provider may be required to attend other locations within Scotland as and when required, including attending meetings at Transport Scotland's main Glasgow office or other stakeholder offices or construction site offices when required. The Consultant 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 summarises the criteria for choosing the limited number of candidates to be taken forward to tender stage. In order to be considered for this procurement competition, economic operators must complete and submit an European Single Procurement Document (ESPD), which can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk).. 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. The Framework Agreement will be based on Transport Scotland's bespoke set of conditions. Each economic operator shall be invited to submit a Tender on the same contract terms.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000628003
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC436216
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71300000 - Engineering services
71311000 - Civil engineering consultancy services
71311100 - Civil engineering support services
71311200 - Transport systems consultancy services
71311210 - Highways consultancy services
71311220 - Highways engineering services
71311300 - Infrastructure works consultancy services
71312000 - Structural engineering consultancy services
71313000 - Environmental engineering consultancy services
71313440 - Environmental Impact Assessment (EIA) services for construction
71318000 - Advisory and consultative engineering services
71322000 - Engineering design services for the construction of civil engineering works
Notice Value(s)
- Tender Value
- £40,000,000 £10M-£100M
- Lots Value
- £40,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £40,000,000 £10M-£100M
Notice Dates
- Publication Date
- 17 Dec 20214 years ago
- Submission Deadline
- 21 Sep 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 27 Oct 20214 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT SCOTLAND
- Contact Name
- Niamh Callaghan, Nick Conroy
- Contact Email
- niamh.callaghan@transport.gov.scot, pdc@transport.gov.scot
- Contact Phone
- +44 1412727100, +44 7817950540
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=AUG392612&idx=3
17th August 2020 - MFA - Services - Additional Information - TS NINE financial ratios and scoring guidelines -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG392612&idx=1
17th August 2020 - MFA - Roads Based Transportation Services - Additional Information - Statement (h) requirements -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG392612&idx=2
17th August 2020 - MFA - Roads Based Transportation Services - Additional Information - Example Work Packages -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG392612
Multi-Supplier Framework Agreement for Roads Based Transportation Multi-Disciplinary Consultancy Services: 2021-2025 - Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Minsters. Over the forthcoming years Transport Scotland has identified the requirement to appoint suitably qualified and experienced multi-disciplinary consultants ("Consultants") for provision of services to support delivery of a number of projects and schemes, anticipated from the second Strategic Transport Projects Review in response to the second National Transport Strategy (https://www.transport.gov.scot/media/47052/national-transport-strategy.pdf). (https://www.transport.gov.scot/our-approach/strategy/strategic-transport-projects-review-2/) Such projects and schemes may include but are not limited to: Trunk Road projects; Road safety improvements (e.g. junction improvements); Bus priority schemes; Active travel schemes; Managed motorways or other capacity or demand management schemes; Intelligent transport solutions; Light rail (i.e. Trams and the like); Asset renewal schemes not within the Operating Company remit; and Environmental offsetting or compensatory schemes. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC436216
Multi-Supplier Framework Agreement for Roads Based Transportation Multi-Disciplinary Consultancy Services: 2021-2025 - Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Minsters. Over the forthcoming years Transport Scotland has identified the requirement to appoint suitably qualified and experienced multi-disciplinary consultants ("Consultants") for provision of services to support delivery of a number of projects and schemes, anticipated from the second Strategic Transport Projects Review in response to the second National Transport Strategy (https://www.transport.gov.scot/media/47052/national-transport-strategy.pdf). (https://www.transport.gov.scot/our-approach/strategy/strategic-transport-projects-review-2/) Such projects and schemes may include but are not limited to: Trunk Road projects; Road safety improvements (e.g. junction improvements); Bus priority schemes; Active travel schemes; Managed motorways or other capacity or demand management schemes; Intelligent transport solutions; Light rail (i.e. Trams and the like); Asset renewal schemes not within the Operating Company remit; and Environmental offsetting or compensatory schemes.
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-r6ebe6-0000628003-2021-12-17T00:00:00Z",
"date": "2021-12-17T00:00:00Z",
"ocid": "ocds-r6ebe6-0000628003",
"initiationType": "tender",
"parties": [
{
"id": "org-44",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0HF"
},
"contactPoint": {
"name": "Niamh Callaghan",
"email": "Niamh.Callaghan@transport.gov.scot",
"telephone": "+44 1412727100",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"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-45",
"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"
]
},
{
"id": "org-49",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0HF"
},
"contactPoint": {
"name": "Nick Conroy",
"email": "pdc@transport.gov.scot",
"telephone": "+44 7817950540",
"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-68",
"name": "Amey OW Ltd",
"identifier": {
"legalName": "Amey OW Ltd"
},
"address": {
"streetAddress": "Chancery Exchange, 10 Furnival Street",
"locality": "London",
"region": "UKM",
"postalCode": "EC4A 1AB"
},
"contactPoint": {
"telephone": "+44 1313143073"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-69",
"name": "WSP UK Limited",
"identifier": {
"legalName": "WSP UK Limited"
},
"address": {
"streetAddress": "Three White Rose Office Park, Millshaw Park Lane,",
"locality": "Leeds",
"region": "UK",
"postalCode": "LS11 0DL"
},
"contactPoint": {
"telephone": "+44 2031166211"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-70",
"name": "Jacobs",
"identifier": {
"legalName": "Jacobs"
},
"address": {
"streetAddress": "95 Bothwell Street",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G27HX"
},
"contactPoint": {
"telephone": "+44 1412438000"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-71",
"name": "RPS",
"identifier": {
"legalName": "RPS"
},
"address": {
"streetAddress": "74 Boucher Road",
"locality": "Belfast",
"region": "UK",
"postalCode": "BT12 6RZ"
},
"contactPoint": {
"telephone": "+44 2890667914"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-72",
"name": "Stantec UK Ltd",
"identifier": {
"legalName": "Stantec UK Ltd"
},
"address": {
"streetAddress": "Fifth Floor, Lomond House, 9 George Square",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G2 1DY"
},
"contactPoint": {
"telephone": "+44 1413522360"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-73",
"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-49"
},
"tender": {
"id": "TS/MP/SER/2020/04",
"title": "Multi-Supplier Framework Agreement for Roads Based Transportation Multi-Disciplinary Consultancy Services: 2021-2025",
"description": "Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Minsters. Over the forthcoming years Transport Scotland has identified the requirement to appoint suitably qualified and experienced multi-disciplinary consultants (\"Consultants\") for provision of services to support delivery of a number of projects and schemes, anticipated from the second Strategic Transport Projects Review in response to the second National Transport Strategy (https://www.transport.gov.scot/media/47052/national-transport-strategy.pdf). (https://www.transport.gov.scot/our-approach/strategy/strategic-transport-projects-review-2/) Such projects and schemes may include but are not limited to: Trunk Road projects; Road safety improvements (e.g. junction improvements); Bus priority schemes; Active travel schemes; Managed motorways or other capacity or demand management schemes; Intelligent transport solutions; Light rail (i.e. Trams and the like); Asset renewal schemes not within the Operating Company remit; and Environmental offsetting or compensatory schemes.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "71300000",
"scheme": "CPV"
},
{
"id": "71311220",
"scheme": "CPV"
},
{
"id": "71318000",
"scheme": "CPV"
},
{
"id": "71311000",
"scheme": "CPV"
},
{
"id": "71311100",
"scheme": "CPV"
},
{
"id": "71322000",
"scheme": "CPV"
},
{
"id": "71311200",
"scheme": "CPV"
},
{
"id": "71311300",
"scheme": "CPV"
},
{
"id": "71312000",
"scheme": "CPV"
},
{
"id": "71313000",
"scheme": "CPV"
},
{
"id": "71313440",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 40000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-09-21T12:00:00Z"
},
"documents": [
{
"id": "AUG392612",
"documentType": "contractNotice",
"title": "Multi-Supplier Framework Agreement for Roads Based Transportation Multi-Disciplinary Consultancy Services: 2021-2025",
"description": "Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Minsters. Over the forthcoming years Transport Scotland has identified the requirement to appoint suitably qualified and experienced multi-disciplinary consultants (\"Consultants\") for provision of services to support delivery of a number of projects and schemes, anticipated from the second Strategic Transport Projects Review in response to the second National Transport Strategy (https://www.transport.gov.scot/media/47052/national-transport-strategy.pdf). (https://www.transport.gov.scot/our-approach/strategy/strategic-transport-projects-review-2/) Such projects and schemes may include but are not limited to: Trunk Road projects; Road safety improvements (e.g. junction improvements); Bus priority schemes; Active travel schemes; Managed motorways or other capacity or demand management schemes; Intelligent transport solutions; Light rail (i.e. Trams and the like); Asset renewal schemes not within the Operating Company remit; and Environmental offsetting or compensatory schemes.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG392612",
"format": "text/html"
},
{
"id": "AUG392612-1",
"title": "MFA - Roads Based Transportation Services - Additional Information - Statement (h) requirements",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG392612&idx=1",
"datePublished": "2020-08-17T08:47:05Z",
"dateModified": "2020-08-17T08:47:05Z",
"format": "application/pdf"
},
{
"id": "AUG392612-2",
"title": "MFA - Roads Based Transportation Services - Additional Information - Example Work Packages",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG392612&idx=2",
"datePublished": "2020-08-17T08:47:05Z",
"dateModified": "2020-08-17T08:47:05Z",
"format": "application/pdf"
},
{
"id": "AUG392612-3",
"title": "MFA - Services - Additional Information - TS NINE financial ratios and scoring guidelines",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG392612&idx=3",
"datePublished": "2020-08-17T08:47:06Z",
"dateModified": "2020-08-17T08:47:06Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "DEC436216",
"documentType": "awardNotice",
"title": "Multi-Supplier Framework Agreement for Roads Based Transportation Multi-Disciplinary Consultancy Services: 2021-2025",
"description": "Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Minsters. Over the forthcoming years Transport Scotland has identified the requirement to appoint suitably qualified and experienced multi-disciplinary consultants (\"Consultants\") for provision of services to support delivery of a number of projects and schemes, anticipated from the second Strategic Transport Projects Review in response to the second National Transport Strategy (https://www.transport.gov.scot/media/47052/national-transport-strategy.pdf). (https://www.transport.gov.scot/our-approach/strategy/strategic-transport-projects-review-2/) Such projects and schemes may include but are not limited to: Trunk Road projects; Road safety improvements (e.g. junction improvements); Bus priority schemes; Active travel schemes; Managed motorways or other capacity or demand management schemes; Intelligent transport solutions; Light rail (i.e. Trams and the like); Asset renewal schemes not within the Operating Company remit; and Environmental offsetting or compensatory schemes.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC436216",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Transport Scotland, on behalf of the Scottish Ministers, has identified the requirement to appoint multi-disciplinary Consultants to provide services for forthcoming roads related transport infrastructure projects and schemes to support its investment in and improvement of the trunk road and transportation infrastructure network. It has been concluded that this requirement would be best met through the use of a multiple supplier framework agreement (MFA). This will not be divided into separate lots. The intent of the procurement competition is to appoint 5 Consultants under a MFA that will be in place for a period of 4 years, during which Transport Scotland shall be entitled to call-off services in relation to projects and schemes of varying size, complexity and value. Having multiple suppliers will provide flexibility to cover situations where potential conflicts of interest or capacity issues arise. It is anticipated that these multi-disciplinary services will be called off via a rotational pattern up to an estimated value of 250,000 GBP. However, for services of greater value or of a particular complexity, Transport Scotland will have the option to run mini-competitions. The scope of services anticipated under this MFA may include, but not be limited to: - Development of programmes for project/schemes from inception through to completion; - Overall project/scheme management; - Assistance as required in the procurement, by competition, of other specialist consultants/contractors; - Completion of Feasibility Studies, Route Action Plans and Scottish Transport Appraisal Guidance (STAG) assessments; - Development of design options for roads based transportation projects (including bus priority schemes and light rail), asset renewal works and Active Travel facilities; - Undertaking a Design Manual for Roads and Bridges (DMRB) Stage 2 and Stage 3 Assessment or equivalent route options and design and assessment work; - Undertaking public and stakeholder consultation; - Development of a detailed design or Specimen Design; - Completing Environmental Impact Assessment Report; - Performing the appropriate Statutory Processes; - Providing support to the Employer at any statutory proceedings that may be required; - Preparation of Tender and Contract Documentation; - Construction Supervision, including a period of maintenance; - Delivering, recording and reporting Education Liaison and other Community Benefits throughout the period of the Contract; - Provision of training and mentoring services; and - Any other related services requested by the Employer Example work packages have been provided as a guide and can be downloaded via the Additional Documents located within the Additional Notice Options of the Public Contracts Scotland portal. This is a guide only at this stage and the actual work packages to be included in the framework agreement will be provided at tender stage. It is envisaged that the services shall be provided at the Consultants own offices, with attendance required on an ad-hoc basis at Transport Scotland's offices and construction sites. On occasion, the provider may be required to attend other locations within Scotland as and when required, including attending meetings at Transport Scotland's main Glasgow office or other stakeholder offices or construction site offices when required. The Consultant 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 summarises the criteria for choosing the limited number of candidates to be taken forward to tender stage. In order to be considered for this procurement competition, economic operators must complete and submit an European Single Procurement Document (ESPD), which can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk).. 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. The Framework Agreement will be based on Transport Scotland's bespoke set of conditions. Each economic operator shall be invited to submit a Tender on the same contract terms.",
"status": "complete",
"value": {
"amount": 40000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Likely Quality Criteria: Approach to execution of the Services; technical competency and processes, staff / resources, and management systems. All criteria will be stated in the tender documents.",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 8,
"maximumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
}
],
"contractTerms": {
"performanceTerms": "It is the Employer's policy to measure the performance of each Consultant on a regular basis. In the event that the Consultant's performance falls below a satisfactory level, the Consultant will be invited to determine a means of rectifying the situation. Repeated or continual service failures may result in suspension or termination of the contract."
},
"coveredBy": [
"GPA"
],
"secondStage": {
"invitationDate": "2020-11-06T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Under Question Ref. 4A1a of the ESPD 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). 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. Economic operators who are unable to demonstrate that they in place an appropriate quality, environmental or health and safety management system shall be assessed as a FAIL and 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 shall 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 framework agreement shall be 4 years. For the purpose the calculation this equates to an estimated value of 2,000,000 GBP per annum per economic operator. 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 = 10 million GBP Public Liability Insurance = 10 million GBP in respect of each and every claim in the period of the insurance, but shall be limited to 10 million GBP sterling in the aggregate in the period of insurance. Professional Indemnity Insurance = 5 million GBP in respect of each and every claim in the period of the insurance, but shall be limited to 10 million GBP sterling in the aggregate in the period of insurance. 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. 4C.1.2 economic operators shall be required to insert suitable responses to Statements (a), (b), (c), (d), (e), (f), (g) and (h) set out below, demonstrating that they possess the necessary human and technical resources and experience to perform the framework agreement to an appropriate quality standard, in particular that economic operators have a sufficient level of experience demonstrated by suitable references from contracts performed in the past. Answers to these statements shall be answered by single economic operators and by groups of economic operators (group members should not respond individually). Responses to Statements (a) and (h) 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 in order to answer Statements (c) to (g) inclusive. The responses to Statements (c), (d), (e), (f), and (g) 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) will be marked in three parts with the following weightings, (c)(i) = 5%; (c)(ii) = 15%; (c)(iii) = 5%; Statement (d) = 30%; Statement (e) = 20%; Statement (f) = 15%; Statement (g) = 10%. The weighted scores shall be aggregated to calculate a score out of 100 for the five statements. Words in excess of the maximum word limit for each statement will neither be considered nor scored.",
"minimum": "Statement (a) - Within the last 5 years, have you been the principal designer acting for the main client or the main contractor providing the required consultancy services in relation to the project management, feasibility work, design (including statutory processes), procurement, and construction stages of a road based transport infrastructure project with a construction cost of at least 20 million GBP or a fee value of at least 1 million GBP in 2020 prices exclusive of VAT? If YES, please provide details. (Max 500 Words). Statement (b) - Provide information on no more than 5 \"reference projects\" which reflect your previous experience in undertaking a range of multi-disciplinary consultancy services for road based transport infrastructure projects, predominantly carried out within the last 5 years. Detail your role and the scope, including size and complexity, of the relevant services performed on each of the reference projects. These 5 reference projects should be used by economic operators to answer Statements (c) to (g). Such reference projects must relate to roads based transport infrastructure projects, which should include one or more of the most relevant and appropriate services listed in Statement (a), to enable a response to Statements (c) to (g). It may be that one reference project is used to respond to more than one Statement ((c) to (g)); or you need to use more than one reference project to respond to just one Statement ((c) to (g)). (Max 500 Words per reference project). Statement (c) Scheme Management - Provide details from the reference projects of effective staff management, and how staff have been utilised effectively in the delivery of road based transport infrastructure projects detailing: i) the team structures you have implemented (Max 150 words) (including the provision of one relevant example organogram from the reference projects (not included in word count) (Weighting 5%); ii) evidence of how the team created the capability to deliver on time and budget, and communicated effectively to ensure timely, accurate and cost effective delivery. (Max 300 words) (Weighting 15%); iii) details of added strengths, novel or innovative approaches staff brought to the project resulting in achieving the desired outcome. (Max 200 words) (Weighting 5%). Statement (d) Design and Assessment (Weighting 30%) - Provide details of your experience on the reference projects of the options assessment process including the co-ordination of disciplinary inputs and processes used to assemble evidence and create a balanced and robust decision making process. (Max 750 Words). Statement (e) Management of risk (Weighting 20%) - Provide details of how the approach presented in statement (d) assisted in managing risk through the subsequent stages of the project development which may include but is not limited to, policy and plan making, design, stakeholder, statutory or delivery related risks. (Max 750 Words). Statement (f) Public and Stakeholder Engagement (Weighting 15%) - Provide details of your experience on the reference projects of the management of the project development process to ensure appropriate public and stakeholder inclusivity. Provide evidence of the methods of communication employed and how you managed conflicting public and stakeholder views in order to achieve a consensus. (Max 500 Words). Statement (g) Community Benefits (Weighting 10%) - Provide details of your experience on the reference projects of delivering Community Benefits (including local good causes, education, training, employment and supply chain benefits) during the project development, process. Describe how you delivered and reported these benefits. (Max 300 Words). The requirements of Statement (h) can be downloaded via the Additional Documents, located within the Additional Notice Options of the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk)."
},
{
"type": "technical",
"description": "Execution of the service is reserved to a particular profession"
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 5
}
},
"classification": {
"id": "71311210",
"scheme": "CPV"
},
"reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session.",
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "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. (SC Ref:677097)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000628003"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000628003"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "TS/MP/SER/2020/04",
"suppliers": [
{
"id": "org-68",
"name": "Amey OW Ltd"
},
{
"id": "org-69",
"name": "WSP UK Limited"
},
{
"id": "org-70",
"name": "Jacobs"
},
{
"id": "org-71",
"name": "RPS"
},
{
"id": "org-72",
"name": "Stantec UK Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "TS/MP/SER/2020/04",
"awardID": "TS/MP/SER/2020/04",
"status": "active",
"value": {
"amount": 40000000,
"currency": "GBP"
},
"dateSigned": "2021-10-27T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2020/S 160-391208"
}
],
"bids": {
"statistics": [
{
"id": "201",
"measure": "bids",
"value": 7,
"relatedLot": "1"
},
{
"id": "202",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "203",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "204",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "205",
"measure": "electronicBids",
"value": 7,
"relatedLot": "1"
}
]
}
}