Award

Traffic, Travel and Transport Data Collection Multi-Supplier Framework Agreement for Transport Scotland 2021-2024/5

TRANSPORT SCOTLAND

This public procurement record has 2 releases in its history.

Award

06 Feb 2024 at 00:00

Tender

26 Aug 2021 at 00:00

Summary of the contracting process

Transport Scotland awarded a contract for the Traffic, Travel and Transport Data Collection Multi-Supplier Framework Agreement. The procurement process was conducted by Transport Scotland in Glasgow, UK. The contract's title is "Traffic, Travel and Transport Data Collection Multi-Supplier Framework Agreement for Transport Scotland 2021-2024/5". The procurement method used was a "selective" method under the "Restricted procedure". The contract value is £3,000,000. The procurement process was completed on 6th February 2024.

This tender provides an opportunity for businesses specialising in traffic, travel, and transport data collection services to engage with Transport Scotland. The procurement aims to establish a Multi-Supplier Framework Agreement lasting 3 years with a possible 1-year extension. SMEs and large-scale entities can compete, with a focus on quality of service delivery, innovation, and community benefits. Interested businesses must ensure compliance with submission deadlines and criteria set out in the tender documents.

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

Traffic, Travel and Transport Data Collection Multi-Supplier Framework Agreement for Transport Scotland 2021-2024/5

Notice Description

Transport Scotland has identified an on-going need for the services of experienced consultants in relation to the collection of traffic, travel and transport data. Transport Scotland, on behalf of Scottish Ministers, wishes to progress a procurement competition for a Multi-Supplier Framework Agreement. The Framework Agreement will last a duration of 3 years with a 1-year extension option.

Lot Information

Lot 1

The scope of services for this framework centre around traditional and contemporary methods of collecting traffic, travel and transport data which will include physical collection of live data and provision of historical datasets. The outline services required may include, but shall not be limited to, the following tasks: a) Provision of temporary automatic traffic counters; b) Vehicle counts (manual and video); c) Vehicle occupancy counts (e.g. Bus, Car, Train, Ferry, Air, etc.); d) Journey time data (including video and GPS) e) Car parking data (e.g. occupancy and duration of stay); f) Surveys; g) Overtaking and platooning data (e.g. using Automatic Number Plate Recognition or Bluetooth) h) Origin and Destination data (e.g. using Automatic Number Plate Recognition or Bluetooth); i) Queue Length data (including manual and video); j) Roadside interview surveys; k) Public Transport interview surveys; l) Household Travel interview surveys; m) Business Travel interview surveys; and n) Collation of data obtained from counters and other surveys or datasets.

Renewal: Option to extend for 12 months

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000659521
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB498074
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, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

63 - Supporting and auxiliary transport services; travel agencies services

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support


CPV Codes

34970000 - Traffic-monitoring equipment

34972000 - Traffic-flow measuring system

63712710 - Traffic monitoring services

71240000 - Architectural, engineering and planning services

71250000 - Architectural, engineering and surveying services

71311200 - Transport systems consultancy services

71356300 - Technical support services

71356400 - Technical planning services

71620000 - Analysis services

71621000 - Technical analysis or consultancy services

72314000 - Data collection and collation services

Notice Value(s)

Tender Value
£3,000,000 £1M-£10M
Lots Value
£3,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£3,000,000 £1M-£10M

Notice Dates

Publication Date
6 Feb 20242 years ago
Submission Deadline
27 Sep 2021Expired
Future Notice Date
Not specified
Award Date
17 Jan 20242 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
TRANSPORT SCOTLAND
Contact Name
Stephen Cragg
Contact Email
info@transport.gov.scot, stephen.cragg@transport.gov.scot
Contact Phone
+44 1412727100

Buyer Location

Locality
GLASGOW
Postcode
G4 0HF
Post Town
Glasgow
Country
Scotland

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

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

Supplier Information

Number of Suppliers
3
Supplier Names

NATIONWIDE DATA COLLECTION

STREETWISE SERVICES

TRACSIS TRAFFIC DATA

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-r6ebe6-0000659521-2024-02-06T00:00:00Z",
    "date": "2024-02-06T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000659521",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-33",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "name": "Stephen Cragg",
                "email": "stephen.cragg@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-34",
            "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-345",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "2nd Floor, George House, 36 North Hanover Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G1 2AD"
            },
            "contactPoint": {
                "email": "info@transport.gov.scot",
                "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-346",
            "name": "Tracsis Traffic Data Limited",
            "identifier": {
                "legalName": "Tracsis Traffic Data Limited"
            },
            "address": {
                "streetAddress": "High Moor Yard, High Moor Road",
                "locality": "Boroughbridge",
                "region": "UK",
                "postalCode": "YO51 9DZ"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-347",
            "name": "Nationwide Data Collection Ltd",
            "identifier": {
                "legalName": "Nationwide Data Collection Ltd"
            },
            "address": {
                "streetAddress": "Unit H Parkway Point, Glasgow Business Park",
                "locality": "GLASGOW",
                "region": "UKM82",
                "postalCode": "G69 6GA"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-348",
            "name": "STREETWISE SERVICES LTD",
            "identifier": {
                "legalName": "STREETWISE SERVICES LTD"
            },
            "address": {
                "streetAddress": "12-14 TANNOCH DRIVE",
                "locality": "CUMBERNAULD",
                "region": "UK",
                "postalCode": "G67 2XX"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-349",
            "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-345"
    },
    "tender": {
        "id": "TS/TSA/SER/2021/04",
        "title": "Traffic, Travel and Transport Data Collection Multi-Supplier Framework Agreement for Transport Scotland 2021-2024/5",
        "description": "Transport Scotland has identified an on-going need for the services of experienced consultants in relation to the collection of traffic, travel and transport data. Transport Scotland, on behalf of Scottish Ministers, wishes to progress a procurement competition for a Multi-Supplier Framework Agreement. The Framework Agreement will last a duration of 3 years with a 1-year extension option.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71621000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72314000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71240000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71250000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "34972000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71311200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71356300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71356400",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71620000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "34970000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "63712710",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 3000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2021-09-27T12:00:00Z"
        },
        "documents": [
            {
                "id": "AUG425545",
                "documentType": "contractNotice",
                "title": "Traffic, Travel and Transport Data Collection Multi-Supplier Framework Agreement for Transport Scotland 2021-2024/5",
                "description": "Transport Scotland has identified an on-going need for the services of experienced consultants in relation to the collection of traffic, travel and transport data. Transport Scotland, on behalf of Scottish Ministers, wishes to progress a procurement competition for a Multi-Supplier Framework Agreement. The Framework Agreement will last a duration of 3 years with a 1-year extension option.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG425545",
                "format": "text/html"
            },
            {
                "id": "AUG425545-1",
                "title": "Supplementary Information Document",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG425545&idx=1",
                "datePublished": "2021-08-26T13:19:47Z",
                "dateModified": "2021-08-26T13:19:47Z",
                "format": "application/pdf"
            },
            {
                "id": "AUG425545-2",
                "title": "SPD Response Statements",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG425545&idx=2",
                "datePublished": "2021-08-26T13:19:47Z",
                "dateModified": "2021-08-26T13:19:47Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "AUG425545-3",
                "title": "SPD Reference Projects",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG425545&idx=3",
                "datePublished": "2021-08-26T13:19:47Z",
                "dateModified": "2021-08-26T13:19:47Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "AUG425545-4",
                "title": "SPD CV Template",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG425545&idx=4",
                "datePublished": "2021-08-26T13:19:47Z",
                "dateModified": "2021-08-26T13:19:47Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "FEB498074",
                "documentType": "awardNotice",
                "title": "Traffic, Travel and Transport Data Collection Multi-Supplier Framework Agreement for Transport Scotland 2021-2024/5",
                "description": "Transport Scotland has identified an on-going need for the services of experienced consultants in relation to the collection of traffic, travel and transport data. Transport Scotland, on behalf of Scottish Ministers, wishes to progress a procurement competition for a Multi-Supplier Framework Agreement. The Framework Agreement will last a duration of 3 years with a 1-year extension option.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB498074",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The scope of services for this framework centre around traditional and contemporary methods of collecting traffic, travel and transport data which will include physical collection of live data and provision of historical datasets. The outline services required may include, but shall not be limited to, the following tasks: a) Provision of temporary automatic traffic counters; b) Vehicle counts (manual and video); c) Vehicle occupancy counts (e.g. Bus, Car, Train, Ferry, Air, etc.); d) Journey time data (including video and GPS) e) Car parking data (e.g. occupancy and duration of stay); f) Surveys; g) Overtaking and platooning data (e.g. using Automatic Number Plate Recognition or Bluetooth) h) Origin and Destination data (e.g. using Automatic Number Plate Recognition or Bluetooth); i) Queue Length data (including manual and video); j) Roadside interview surveys; k) Public Transport interview surveys; l) Household Travel interview surveys; m) Business Travel interview surveys; and n) Collation of data obtained from counters and other surveys or datasets.",
                "status": "complete",
                "value": {
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Assessment will be based on tenderer's approach to execution and delivery of services; providing suitable staff; management of resources and risks; innovation; adding value and community benefits.",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for 12 months"
                }
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "It is the Employer's policy to measure the performance of each Contractor on a regular basis. In the event that the Contractor's performance falls below a satisfactory level, the Contractor 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"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2021-10-25T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Economic operators must be enrolled in the relevant professional or trade registers kept in the member state of its establishment (as described in Schedule 5 of the Public Contracts (Scotland) 2015) (e.g. registered under Companies House). Economic operators should provide details under SPD Question ref 4A.1."
                },
                {
                    "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 SPD, 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 SPD, Question Ref. 4B.6 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 SPD, Question Ref. 4B.5 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.6) The financial information received under SPD, Question Ref. 4B.6 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 Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Employer's Liability Insurance = 5 000 000 GBP Public Liability Insurance = 5 000 000 GBP Professional Indemnity Insurance = 5 000 000 GBP In responding to Question Ref. 4B.5a, 4B.5b and 4B.5c of the SPD, where the bidder ticks the box \"No, and I cannot commit to obtain it\" they shall be marked as FAIL."
                },
                {
                    "type": "technical",
                    "description": "The selection criteria are set out in the SPD, Part IV Selection Criteria, section 4C Technical and Professional Ability and section 4D Quality Assurance Schemes and Environmental Management Standards. The requirements relate to: - Relevant examples of work (including SCORED AND WEIGHTED) statements of bidders' experience) [SPD 4C1] - Educational and professional qualifications [SPD 4C6] - Quality assurance [SPD 4D1] - Environmental Management [SPD 4D2] The Scottish Ministers additionally require bidders to respond on health and safety management standards.",
                    "minimum": "The minimum standard are set out in the SPD, Part IV Selection Criteria, section 4C Technical and Professional Ability and section 4D Quality Assurance Schemes and Environmental Standards. Selection criteria are marked as PASS/FAIL, with the exception of the SCORED AND WEIGHTED statements of bidders' experience. Full details are given in the SPD."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2022-03-31T00:00:00Z"
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 3
            }
        },
        "classification": {
            "id": "72314000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "(SC Ref:755800)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000659521"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000659521"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "TS/TSA/SER/2021/04",
            "suppliers": [
                {
                    "id": "org-346",
                    "name": "Tracsis Traffic Data Limited"
                },
                {
                    "id": "org-347",
                    "name": "Nationwide Data Collection Ltd"
                },
                {
                    "id": "org-348",
                    "name": "STREETWISE SERVICES LTD"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "TS/TSA/SER/2021/04",
            "awardID": "TS/TSA/SER/2021/04",
            "status": "active",
            "value": {
                "amount": 3000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-01-17T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2021/S 000-021162"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "831",
                "measure": "bids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "832",
                "measure": "smeBids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "833",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "834",
                "measure": "foreignBidsFromNonEU",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "835",
                "measure": "electronicBids",
                "value": 5,
                "relatedLot": "1"
            }
        ]
    }
}