{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000567812-2019-12-12T00:00:00Z",
    "date": "2019-12-12T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000567812",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-80",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "email": "Sinead.Thom@transport.gov.scot",
                "telephone": "+44 1412727100",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.transport.gov.scot"
            }
        },
        {
            "id": "org-151",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "email": "Sinead.Thom@transport.gov.scot",
                "telephone": "+44 1412727100",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.transport.gov.scot"
            }
        },
        {
            "id": "org-152",
            "name": "Jacobs",
            "identifier": {
                "legalName": "Jacobs"
            },
            "address": {
                "streetAddress": "2nd Floor, 95 Bothwell Street",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G2 7HX"
            },
            "contactPoint": {
                "telephone": "+44 1412438437"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-153",
            "name": "Atkins Ltd",
            "identifier": {
                "legalName": "Atkins Ltd"
            },
            "address": {
                "streetAddress": "200 Broomielaw",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G1 4RU"
            },
            "contactPoint": {
                "telephone": "+44 1412202484"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-154",
            "name": "Sweco UK Limited",
            "identifier": {
                "legalName": "Sweco UK Limited"
            },
            "address": {
                "streetAddress": "Grove House, Mansion Gate Drive",
                "locality": "Leeds",
                "region": "UK",
                "postalCode": "LS7 4DN"
            },
            "contactPoint": {
                "telephone": "+44 1133073307"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "Transport Scotland",
        "id": "org-151"
    },
    "tender": {
        "id": "TS/TRBO/SER/2018/06",
        "title": "Multiple Supplier Framework Agreement for Environmental Advisory and Auditing Services",
        "description": "Transport Scotland has identified a continuing need for the provision of an Environmental Consultancy Service to support Transport Scotland in the provision of Environmental Advisory and Auditing services.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "deliveryLocation": {
                    "description": "Scotland Wide"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 800000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-04-01T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAR347075",
                "documentType": "contractNotice",
                "title": "Multiple Supplier Framework Agreement for Environmental Advisory and Auditing Services",
                "description": "Transport Scotland has identified a continuing need for the provision of an Environmental Consultancy Service to support Transport Scotland in the provision of Environmental Advisory and Auditing services.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR347075",
                "format": "text/html"
            },
            {
                "id": "MAR347075-1",
                "title": "Stage 1 Bulletin - Multiple Framework Agreement for Environmental Advisory and Auditing Services.",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR347075&idx=1",
                "datePublished": "2019-03-11T15:50:28Z",
                "dateModified": "2019-03-11T15:50:28Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "MAR347075-2",
                "title": "Update on MFA EAA Framework - Clarificaiton Deadline and Submission update.",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR347075&idx=2",
                "datePublished": "2019-03-26T16:05:22Z",
                "dateModified": "2019-03-26T16:05:22Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "MAR347075-3",
                "title": "Update on the Stage 1 ESPD Evaluation process.",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR347075&idx=3",
                "datePublished": "2019-05-08T15:59:27Z",
                "dateModified": "2019-05-08T15:59:27Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "DEC375013",
                "documentType": "awardNotice",
                "title": "Multiple Supplier Framework Agreement for Environmental Advisory and Auditing Services",
                "description": "Transport Scotland has identified a continuing need for the provision of an Environmental Consultancy Service to support Transport Scotland in the provision of Environmental Advisory and Auditing services.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC375013",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Scottish Ministers objectives for transport are to promote sustainable economic growth through a safe, integrated and efficient transport network. The Employer has identified a continuing need for the provision of environmental consultancy services to assist the Scottish Ministers acting through Transport Scotland in the provision of environmental advisory and auditing services. It is anticipated that the Framework Agreement will be used predominantly by the various directorates of Transport Scotland, to assist in the delivery of various transport infrastructure projects. The principle areas of activity which shall be required, include: provision of support to project design, procurement and construction teams, advising on environmental assessment, legislation, policy and good practice; provision of support to the Employer on environmental issues, including, liaison with stakeholders and the development of policies and procedures; provision of support and training to ensure implementation of robust environmental assessment procedures; provision of assistance on managing trunk road noise complaints and claims for statutory noise insulation; tracking environmental legislation and policy, preparing consultation responses, and advising staff on procedural implications of new regulation; facilitating sustainable approaches to project design and construction, procurement and network maintenance in Transport Scotland and its supply chain; liaison with Transport Scotland colleagues on agency wide initiatives including climate change strategy and transport appraisal; contribution to the research and application of sustainability to Transport Scotland's activities; liaison with Scottish Government, Scottish Natural Heritage, SEPA, Historic Scotland, Marine Scotland, national parks, planning authorities and other environmental stakeholders on environmental initiatives and policies; engagement with other external stakeholders including suppliers, consultants, institutions, and academia to promote Transport Scotland's environmental and sustainability activities, contribute to and learn from industry best practices; and contribution to the preparation of Chief Executive, Ministerial and Parliamentary briefing and correspondence. It is envisaged that the Framework Agreement will comprise four main areas, namely: Environmental Assessment and Management; Sustainability and Climate Change; Regulatory Compliance and Technical Support; and Environmental Emissions. However, the Scottish Ministers may require additional environmental advisory and auditing services to be undertaken form time to time during the term of the Framework Agreement. Typical services which may be required under the four main areas, are as follows: 1. Environmental Assessment and Management. This includes the provision of audit and environmental assessment advice in relation to programme delivery, covering assessment procedures and where needed specific environmental disciplines (for example: ecology, archaeology, noise, water and sustainable drainage, air quality, landscape). 2. Sustainability and Climate Change. This encompasses emerging services to support strategy and policy development and procedural activity in the areas of climate change and sustainability. 3. Regulatory Compliance and Technical Support Legislation affecting the environment and management of non-renewable resources changes quickly often placing new requirements on Scottish Government and its agencies. Support may be required in interpretation of legislation and assurance of compliance. This may include but is not limited to the following: 4. The following Services may also be required to be performed as part of the performance of the Framework Agreement to assist with on-going environmental compliance and improvement activities, associated with the containment and mitigation of emissions, resulting from construction, operation and maintenance of the transport infrastructure.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality criterion: approach to execution & programming of Services; providing suitable staff; managing resources & risks; innovation; adding value.",
                            "description": "60%"
                        },
                        {
                            "type": "cost",
                            "name": "Cost criterion: final tenders will be assessed against evaluation criteria to determine the most economically advantageous submission.",
                            "description": "40%"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Envisaged number of candidates: 5 Objective criteria for choosing the limited number of candidates: Envisaged number of candidates: 5 Objective criteria for choosing the limited number of candidates: It is intended that 5 economic operators be taken forward to tender participation stage. These economic operators shall be those who have: (i) submitted a compliant submission, comprising the completed ESPD; (ii) satisfied the relevant selection criteria under the exclusion grounds; (iii) (a) Minimum Standards of Eligibility - provided evidence of working on specified types of projects over a specified value; and (b) Technical or Professional Ability - provided evidence demonstrating an acceptable level of technical or professional ability. (iv) has 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) and (f) (refer to Section III.1.3) . However, if an economic operator has not submitted a compliant submission as described in (i) above, failed in respect of either (ii), (iii), (iv), (v), or (vi) 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. Suppliers shall be required to submit appropriate means of proof at a later stage as stated in Regulation 60 of the Public Contracts (Scotland) Regulations 2015."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            }
        ],
        "contractTerms": {
            "performanceTerms": "It is the Employer's policy to measure the performance of each Consultant on a regular basis. In the event that the Consultant's performance falls below a satisfactory level, the Consultant will be invited to determine a means of rectifying the situation. Repeated or continual service failures may result in suspension or termination of the contract."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2019-04-30T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Economic Operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, Economic Operators shall: (a) in response to ESPD, Question Ref. 4B.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.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 ESPD, 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 ESPD, 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 ESPD, where the bidder ticks the box \"No, and I cannot commit to obtain it\" they shall be marked as FAIL."
                },
                {
                    "type": "technical",
                    "description": "Under ESPD, Question Ref. 4C.1.2 economic operators shall be required to insert suitable responses to Statements (a) to (f) set out below, demonstrating that they have the required minimum standards of eligibility and technical and professional ability under Statements (a), (b) and (c). Answers to statements (a) to (f) shall be answered by Single Economic Operators and by Groups of Economic Operators (Group Members should not respond individually). The responses to Statement (a), (b) and (c) shall be assessed on the basis of PASS or FAIL. Economic Operators who fail to satisfy these minimum standards (if they either answer 'No' or fail to provide an acceptable answer) shall be excluded from the procurement competition. The responses provided in response to Technical and Professional Ability Statements (d) to (f) shall be evaluated using the following scoring mechanism: 0 = Unacceptable Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 = Poor 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. 2 = Acceptable Response is relevant and acceptable. The response demonstrated broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects e.g. previous experience, knowledge or skills may not be of a similar nature. 3 = Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability. 4 = Excellent Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrated thorough experience, knowledge or skills/capacity/capability. A submission shall be marked as a FAIL and will not be considered further if the score for Statements (d) to (f) is less than 2 'Acceptable'. Where a response to Statements (d),(e) and (f) is equal to or above 2, all 3 Statements shall be weighted in order to calculate a score out of 100. The responses to Statements (a), (b) and (c) shall be assessed on the basis of PASS or FAIL. Single Economic Operators or Group of Economic Operators who have no Quality Management system in use as noted in question (f) will not be considered for this contract.",
                    "minimum": "Statement (a) - Within the last 3 years have you carried out and/ or advised on the preparation of the documentation required for Environmental Impact Assessment and Strategic Environmental Assessment for a transport related project? Name one project and provide a description including: name, address and contact details of client and client project director responsible, identify the contractor / parties involved and the exact role of the single Economic Operator/ Group Member/ other entity (including the scope of the works and services carried out, Dates and value of contract (including both tendered and outturn price where relevant). Statement (b) - Within the last 3 years have you provided technical, policy and procedural advice on environmental audit aspects in relation to transport related projects. Name one project, provide a project description and include, Name, address and contact details of client and client project director responsible and identify the contractor/ parties involved and the exact role of the Single Economic Operator/ Group Member/ other entity (including the scope of the works and services carried out, Dates (actual completion) and Value of Contract (including both tendered and outturn price where relevant). Statement (c) - Within the last 3 years have you prepared and/ or reviewed and/ or audited any report documentation, including assessment and appraisal reports, screening and scoping determinations, for a transport related project to ensure compliance with environmental legislation and best practice? Statement (d) - Environmental Assessment and Management Statement (maximum 1500 words, weighting 35% of overall).The statement shall provide: Evidence of the provision of support, advice and guidance on Environmental Impact Assessment (EIA) or Strategic Environmental Assessment (SEA) and Habitats Regulations Assessment (HRA) in relation to transport infrastructure projects; Evidence of undertaking reviews and audits of environmental assessment reports for projects and/ or programmes; Evidence of provision of specialist advice in relation to environmental matters affecting transport infrastructure projects such as noise, air quality, flooding and ecological issues; Evidence of effective engagement with statutory bodies such as Scottish Natural Heritage, SEPA, Historic Environment Scotland and planning authorities on environmental aspects of programmes and projects. Statement (e) - Sustainability and Climate Change Statement (maximum 1500 words, weighting 35% of overall). The Statement shall provide: details of developing sustainable approaches to design and construction of infrastructure projects; Examples of provision of support, advice and guidance on minimising the impacts of material resource use and waste generation on transport infrastructure projects; Examples of support, advice and guidance on the development of sustainable approaches to the design, construction, procurement and associated infrastructure maintenance for transport infrastructure. Statement (f) - Quality Management Statement (maximum 1000 words, weighting 30% of overall) - The statement shall provide details of use of a quality management system to provide a quality service to clients; - A breakdown showing position of staff within the management structure with specific responsibilities for quality management and evidence of the development of mutual value resulting from the application of such quality management system."
                },
                {
                    "type": "technical",
                    "description": "Execution of the service is reserved to a particular profession"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 3
            }
        },
        "classification": {
            "id": "71313000",
            "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": "Transport Scotland has conducted the proposed procurement process for the Contract on behalf of the Scottish Ministers. The Contract has been entered into between the Scottish Ministers and the 3 most economically advantageous tenderers. (SC Ref:607787)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000567812"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000567812"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "TS/TRBO/SER/2018/06",
            "suppliers": [
                {
                    "id": "org-152",
                    "name": "Jacobs"
                },
                {
                    "id": "org-153",
                    "name": "Atkins Ltd"
                },
                {
                    "id": "org-154",
                    "name": "Sweco UK Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "TS/TRBO/SER/2018/06",
            "awardID": "TS/TRBO/SER/2018/06",
            "status": "active",
            "value": {
                "amount": 800000,
                "currency": "GBP"
            },
            "dateSigned": "2019-12-04T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 046-105591"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "292",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            }
        ]
    }
}