{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000497255-2017-05-26T00:00:00Z",
    "date": "2017-05-26T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000497255",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-2",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM35",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "name": "Rebecca Park",
                "email": "rebecca.park@renfrewshire.gov.uk",
                "telephone": "+44 1416185346",
                "faxNumber": "+44 1416187050",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.renfrewshire.gov.uk"
            }
        },
        {
            "id": "org-3",
            "name": "East Renfrewshire Council",
            "identifier": {
                "legalName": "East Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Eastwood HQ, Eastwood Park,",
                "locality": "Giffnock",
                "region": "UKM35",
                "postalCode": "G46 6UG"
            },
            "contactPoint": {
                "email": "purchasing@eastrenfrewshire.gov.uk",
                "telephone": "+44 1415778486"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-4",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM34",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "email": "corporateprocurement@glasgow.gov.uk",
                "telephone": "+44 1412872000",
                "faxNumber": "+44 1412879399"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "name": "Renfrewshire Council",
        "id": "org-2"
    },
    "planning": {
        "documents": [
            {
                "id": "MAY284263",
                "documentType": "plannedProcurementNotice",
                "title": "Framework Agreement for Specialist Rail Modelling Consultancy",
                "description": "The provision of specialist rail modelling consultancy advice.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY284263",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "RC/FA/143/18",
        "title": "Framework Agreement for Specialist Rail Modelling Consultancy",
        "description": "The provision of specialist rail modelling consultancy advice.",
        "status": "planned",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71311200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM35"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 2000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "awardPeriod": {
            "startDate": "2017-07-03T00:00:00Z"
        },
        "lots": [
            {
                "id": "1",
                "description": "The framework is general in nature and may be used for any purpose related to the scope. However, Renfrewshire Council envisage the framework will be used primarily in relation to City Deal Projects. The City Deal is an agreement between the UK Government, Scottish Government and eight member local authorities across Glasgow and The Clyde Valley (including Renfrewshire Council). The overall aim of the City Deal is to support an increase in the economy within this area by delivery of key projects. The Airport Access Project(AAP) is a pan City Region project, being delivered jointly by Renfrewshire Council and Glasgow City Council (GCC) with a project budget of GBP 144.3m. To support the development of this project Renfrewshire Council intends to conclude a Framework Agreement for Specialist Rail Modelling Consultancy. The scope of the Framework will include but is not limited: Rail Timetable Analysis/ Modelling Rail Performance Analysis/ Modelling Rail Infrastructure Analysis/ Modelling",
                "status": "planned",
                "value": {
                    "amount": 2000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2017-06-30T00:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
                },
                {
                    "type": "economic",
                    "minimum": "Bidders will be required to have a minimum \"general\" yearly turnover of 500,000 GBP for the last 3 years. Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5,000,000 GBP each and every claim Public Liability Insurance = 5,000,000 GBP each and every claim Professional Indemnity = Level to be determined prior to issue of Contract Notice Statutory Third Party Motor Vehicle Cover = 5,000,000 GBP"
                },
                {
                    "type": "technical",
                    "description": "Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice. Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract."
                }
            ]
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 3
            }
        },
        "classification": {
            "id": "71311200",
            "scheme": "CPV"
        }
    },
    "language": "EN",
    "description": "Contracting Authority envisages a maximum number of 3 participants but reserves the right to conclude a framework with a single economic operator if this provides best value to the contracting authority. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=497255. (SC Ref:497255)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000497255"
        }
    ],
    "noticetype": "OJEU - F1 - Prior Information Notice"
}