Tender

Performance Audit Group Contract 2021

TRANSPORT SCOTLAND

This public procurement record has 2 releases in its history.

TenderUpdate

11 Jan 2021 at 00:00

Tender

26 Nov 2020 at 00:00

Summary of the contracting process

Transport Scotland is seeking proposals for the "Performance Audit Group Contract 2021," focused on providing audit and monitoring services related to the Scottish Trunk Road Network. This procurement falls under the services category and is classified within CPV code 71311000. The tender is currently in the Planning stage, with the submission deadline set for 19th January 2021 at 12:00 PM GMT. The estimated contract value is £40 million, covering an initial period of six years with possible extensions up to four years. Interested parties should submit their applications electronically through the designated platform.

This contract presents significant opportunities for businesses specialising in audit and advisory services within the transport sector, particularly those experienced in technical, financial, and commercial management. Companies with proficiency in managing large-scale infrastructure projects and those holding relevant qualifications and experience in road maintenance audits will be well-positioned to compete. The selective procurement method indicates that a limited number of candidates will be invited to tender, so early preparation and compliance with the submission requirements are essential for interested bidders.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Performance Audit Group Contract 2021

Notice Description

A service to provide an audit and monitoring service in relation to the technical, financial, and commercial management of the maintenance and improvement of the Scottish Trunk Road Network. The service provider will be expected to audit, monitor, review and provide advice on the following Transport Scotland contracts to ensure that contractual duties are being satisfied: 1) All Operating Company Contracts covering Scottish Trunk Road Network (South West Unit, North West Unit, South East Unit, North East Unit), 2) M6, M80 and M8/M73/M74 DBFO Contracts, 3) Traffic Scotland Operations and Infrastructure Services Contract, 4) Traffic Scotland Systems Contract. Other supplier contracts may be added to this list during the contract period.

Lot Information

Lot 1

This procurement competition is for the provision of technical and financial auditing and monitoring services, and the provision of technical and business advice relating to the management and maintenance of the Scottish trunk road network. Interested parties should note that a Preliminary Information document has been uploaded to 'Additional Documents'. This document provides additional information regarding the service to be delivered and the procurement process. The information contained in the document is preliminary and will be supplemented with further information at tender stage. The initial contract term is 6 years with options to extend by up to a further 4 years. The estimated value of the contract over 10 years including such extensions is 40,000,000 GBP. 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). No warranty or representation of any kind is given as to the accuracy or completeness of such information. The Scottish Ministers, Transport Scotland and their advisers shall not be liable for any errors or omissions or lack of specificity in such information. Any reliance on or use of any information contained within the document is entirely at the risk of the economic operator.. Transport Scotland (TS) will manage the procurement process on behalf of the Scottish Ministers (SMs). In the event of the contract award, the contract will be entered into between the SMs and the successful tenderer. Each economic operator shall be invited to submit a tender on the same contract terms.

Renewal: It is intended that the Contract will be in place for an initial period of 6 years with options to extend up to a maximum of a further 4 years. Extensions will not be restricted to whole years.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000636720
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN403793
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F14 - Corrigendum
Procurement Type
Standard
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

71 - Architectural, construction, engineering and inspection services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

71300000 - Engineering services

71311000 - Civil engineering consultancy services

71311100 - Civil engineering support services

71312000 - Structural engineering consultancy services

79212000 - Auditing services

79212100 - Financial auditing services

Notice Value(s)

Tender Value
£40,000,000 £10M-£100M
Lots Value
£40,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 Jan 20215 years ago
Submission Deadline
19 Jan 2021Expired
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

Contracting Authority (Buyer)

Main Buyer
TRANSPORT SCOTLAND
Contact Name
Not specified
Contact Email
steven.little@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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000636720-2021-01-11T00:00:00Z",
    "date": "2021-01-11T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000636720",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-12",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "email": "steven.little@transport.gov.scot",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.transport.gov.scot"
            }
        },
        {
            "id": "org-13",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "locality": "Glasgow"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-30",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "email": "steven.little@transport.gov.scot",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.transport.gov.scot"
            }
        }
    ],
    "buyer": {
        "name": "Transport Scotland",
        "id": "org-30"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000636720",
        "title": "Performance Audit Group Contract 2021",
        "description": "A service to provide an audit and monitoring service in relation to the technical, financial, and commercial management of the maintenance and improvement of the Scottish Trunk Road Network. The service provider will be expected to audit, monitor, review and provide advice on the following Transport Scotland contracts to ensure that contractual duties are being satisfied: 1) All Operating Company Contracts covering Scottish Trunk Road Network (South West Unit, North West Unit, South East Unit, North East Unit), 2) M6, M80 and M8/M73/M74 DBFO Contracts, 3) Traffic Scotland Operations and Infrastructure Services Contract, 4) Traffic Scotland Systems Contract. Other supplier contracts may be added to this list during the contract period.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "79212000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "79212100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71311100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71312000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71300000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Service will cover the full extent of the Scottish Trunk Road Network."
                },
                "deliveryAddresses": [
                    {
                        "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": "2021-01-19T12:00:00Z"
        },
        "documents": [
            {
                "id": "NOV400735",
                "documentType": "contractNotice",
                "title": "Performance Audit Group Contract 2021",
                "description": "A service to provide an audit and monitoring service in relation to the technical, financial, and commercial management of the maintenance and improvement of the Scottish Trunk Road Network. The service provider will be expected to audit, monitor, review and provide advice on the following Transport Scotland contracts to ensure that contractual duties are being satisfied: 1) All Operating Company Contracts covering Scottish Trunk Road Network (South West Unit, North West Unit, South East Unit, North East Unit), 2) M6, M80 and M8/M73/M74 DBFO Contracts, 3) Traffic Scotland Operations and Infrastructure Services Contract, 4) Traffic Scotland Systems Contract. Other supplier contracts may be added to this list during the contract period.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV400735",
                "format": "text/html"
            },
            {
                "id": "NOV400735-1",
                "title": "Performance Audit Group 2021 Contract - Preliminary Information for Interested Parties",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV400735&idx=1",
                "datePublished": "2020-11-30T08:51:46Z",
                "dateModified": "2020-11-30T08:51:46Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "NOV400735-2",
                "title": "III.1.2 Economic and Financial Standing Evaluation Criteria Ratios and Scoring - PAG2021",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV400735&idx=2",
                "datePublished": "2020-11-30T08:51:46Z",
                "dateModified": "2020-11-30T08:51:46Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "NOV400735-3",
                "title": "III.1.3 - Technical and Professional Ability Response Tables - PAG2021",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV400735&idx=3",
                "datePublished": "2020-11-30T08:51:46Z",
                "dateModified": "2020-11-30T08:51:46Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "NOV400735-4",
                "title": "III.1.3 Technical and Professional Ability Statements - PAG2021",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV400735&idx=4",
                "datePublished": "2020-11-30T08:51:46Z",
                "dateModified": "2020-11-30T08:51:46Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "NOV400735-5",
                "title": "Question 2C1 - Reliance Response Table - PAG2021",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV400735&idx=5",
                "datePublished": "2020-11-30T08:51:46Z",
                "dateModified": "2020-11-30T08:51:46Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "This procurement competition is for the provision of technical and financial auditing and monitoring services, and the provision of technical and business advice relating to the management and maintenance of the Scottish trunk road network. Interested parties should note that a Preliminary Information document has been uploaded to 'Additional Documents'. This document provides additional information regarding the service to be delivered and the procurement process. The information contained in the document is preliminary and will be supplemented with further information at tender stage. The initial contract term is 6 years with options to extend by up to a further 4 years. The estimated value of the contract over 10 years including such extensions is 40,000,000 GBP. 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). No warranty or representation of any kind is given as to the accuracy or completeness of such information. The Scottish Ministers, Transport Scotland and their advisers shall not be liable for any errors or omissions or lack of specificity in such information. Any reliance on or use of any information contained within the document is entirely at the risk of the economic operator.. Transport Scotland (TS) will manage the procurement process on behalf of the Scottish Ministers (SMs). In the event of the contract award, the contract will be entered into between the SMs and the successful tenderer. Each economic operator shall be invited to submit a tender on the same contract terms.",
                "status": "active",
                "value": {
                    "amount": 40000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "The tenderers approach to execution of the works detailed in the contract. Further details will be included in the tender documents.",
                            "description": "50"
                        },
                        {
                            "type": "cost",
                            "name": "Final tenders will be assessed against evaluation criteria to determine the most economically advantageous submission. Further information willbe included in the tender documents.",
                            "description": "50"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "It is intended that 5 economic operators will be invited 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) Technical or Professional Ability - provided evidence demonstrating an acceptable level of technical or professional ability. (iv) in place quality, environmental and health and safety management systems (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 (d), (e), (f), (g) and (h) (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."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "It is intended that the Contract will be in place for an initial period of 6 years with options to extend up to a maximum of a further 4 years. Extensions will not be restricted to whole years."
                }
            }
        ],
        "communication": {
            "atypicalToolUrl": "http://www.publiccontractsscotland.gov.uk"
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2021-03-05T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "List and brief description of conditions: An economic operator participating on its own and which does not rely on the capacities of other entities in order to meet the selection criteria, must fill out one ESPD. An economic operator participating on its own but relying on the capacities of one or more other entities must submit to the contracting authority an ESPD on its behalf together with a separate ESPD on behalf of each of the entities being relied upon and setting out the relevant information. Finally, where a group of economic operators, including temporary associations, participate together in the procurement procedure, a separate ESPD setting out the information required under Parts II to IV must be given for each of the participating economic operators (excluding 4C.1 / 4C.2)"
                },
                {
                    "type": "economic",
                    "description": "Economic Operators shall be required to satisfy minimum standards and to provide proof of economic and financial standing. To determine these standards each Economic Operator Parent Company shall provide the information requested below for the last two years of trading: (a) in response to ESPD Question Ref 4B.1a provide the specified annual turnover for the last two years of trading, or for the period which is available if trading for less than two years; (b) in response to ESPD Question Ref 4B.5a, 4B.5b and 4B.5c confirm they already have or can commit to obtain, prior to commencement of the contract the required levels of insurance; (c) in response to ESPD Question Ref 4B.6 provide a link to, or copies of, the associated annual accounts 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. As a Parent Company Guarantee is required for this contract, the information requested should be provided for the Parent Company as it will be the Parent Company for each economic operator who will be evaluated as a requirement for this contract. In the case of a consortium bid, the Parent Company of each economic operator is required to provide copies of its annual accounts. This information has been requested to enable Transport Scotland to perform their assessment as detailed in the attached supplementary document reference \"III.1.2 Economic and Financial Standing Evaluation Criteria Ratios and Scoring - PAG2021\"; and (d) in response to ESPD Question Ref 4B.6 confirm that not later than 30 days prior to the Commencement of Service Date, you will provide a validly executed Bond and Undertaking by an insurance company or bank which shall be jointly and severally bound with the successful tenderer in the sum of GBP 1,000,000 for the due performance of the contract under the terms of such Bond and Undertaking.",
                    "minimum": "Economic operators are required to satisfy minimum standards of economic and financial standing. These are described below: Insurance In response to ESPD Question Ref 4B.5a, 4B.5b and 4B.5c economic operators must confirm they already have or can commit to obtain prior to commencement of the contract to obtaining the following insurances and associated financial levels: Public Liability Insurance = GBP 10,000,000 Professional Indemnity Insurance = GBP 10,000,000 Employers Liability = GBP 5,000,000 And, any other insurance required by the contractor or by the appropriate legislation with a sum insured / limit of indemnity to satisfy the contract or legal requirements. In responding to ESPD Question Ref 4B.5a, 4B.5b and 4B.5c of the ESPD, where the economic operator 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. Evaluation Criteria Ratios (ESPD Question Ref. 4B.6) The financial information received under ESPD Question Ref 4B.6, ratios 1-9 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 \"III.1.2 Economic and Financial Standing Evaluation Criteria Ratios and Scoring - PAG2021\" document is attached to this notice for further breakdown and explanation. Where the submission has been submitted by a group of economic operators, the information supplied by each economic operator will be evaluated in the proportion of the percentage shareholdings or percentage equity / interest of each economic operator and a score determined for such group on that basis. This should be done by completing the attached supplementary document titled \"Question 2C1 Reliance Response Table - PAG2021\"."
                },
                {
                    "type": "technical",
                    "description": "In response to ESPD: Question Ref 4.C.1 economic operators are required to insert suitable responses to: (i) Provide information on no less than 4 reference projects which reflect similar works in terms of scope, size and / or complexity to the contract, predominately carried out within the last 8 years detailing role and scope of services performed. These will not be scored but require to be completed and: (ii) Provide suitable responses to statements set out in the attached supplementary document ref \"III.1.3 Technical and Professional Ability Statements - PAG2021\" demonstrating that they have the required minimum standards of eligibility and technical and professional ability. 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 \"Reference Projects\" is not scored, but is required to be completed. Responses to Statements (A) - (C) 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 (D) - (H) shall be assessed on the basis of a score with a minimum threshold of 3 (following all evaluators individual scores being averaged), 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 Questions 4C.7 & 4D.1 economic operators shall be required to insert suitable responses to statements (A), (B) & (C) demonstrating that they have in place 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. Where a maximum word count has been stated on any statement, words used within graphics, tables and descriptions under any pictures, graphics and tables will not contribute towards the word count.",
                    "minimum": "Please refer to supplementary document reference \"III.1.3 Technical and Professional Ability Statements - PAG2021\" Each of these statements should be answered using the attached supplementary document \"III.1.3 Technical and Professional Ability Response Tables PAG2021\""
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "71311000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-22",
                "description": "Withdrawal of Bond requirement The Employer has decided that the following section III.1.2)(d) of the Contract Notice is withdrawn. There is now no requirement on Economic Operators to commit to obtaining a Bond and Undertaking for this Contract. \"(d) in response to ESPD Question Ref 4B.6 confirm that not later than 30 days prior to the Commencement of Service Date, you will provide a validly executed Bond and Undertaking by an insurance company or bank which shall be jointly and severally bound with the successful tenderer in the sum of GBP 1,000,000 for the due performance of the contract under the terms of such Bond and Undertaking.\""
            }
        ]
    },
    "language": "EN",
    "description": "Economic Operators should note that the Estimated Contract Value advertised at section II.1.5 covers the potential maximum duration of the Contract (10 years). Economic Operators successful in being invited to tender stage will be provided with a Pricing Schedule which they will be required to populate & submit at the time of Final Tender. This Schedule will cover the base period of 6 years for comparative cost purposes, exclusive of inflation. The tender phase is expected to be conducted through PCS-Tender. Economic Operators successful in being invited to tender will have this confirmed to them prior to the tender phase commencing. Economic operators are advised to allow adequate time for uploading documents to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. The Scottish Ministers shall not evaluate any submissions 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 compositions after making a submission will be the subject of a re-evaluation. Any request by Economic Operators for clarification of any part of the documentation shall be made through the PCS website. The deadline to submit questions via the PCS portal is noon on 7 January 2021. 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 requests for clarification or any decision not to answer a request for clarification. 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 contract 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. 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=636720. 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. The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: The contract will rely on the successful tenderer supplying and gaining approval, at tender, for individuals to fill a pre-determined number of service delivery roles. There will not be any need for future sub-contracts. 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: Further Information will be provided in the Tender documents. (SC Ref:636720) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=636720",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000636720"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000636720"
        }
    ],
    "noticetype": "OJEU - F14 - Corrigendum"
}