Services - 119922-2020

Submission deadline has been amended by:  213659-2020
11/03/2020    S50

United Kingdom-Glasgow: Support services for land, water and air transport

2020/S 050-119922

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Transport Scotland
Postal address: Buchanan House, 58 Port Dundas Road
Town: Glasgow
NUTS code: UKM82 Glasgow City
Postal code: G4 0HF
Country: United Kingdom
E-mail: TSOISContract2020@gov.scot
Telephone: +44 1412727100
Internet address(es):
Main address: http://www.transport.gov.scot
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00099
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: www.publiccontractsscotland.gov.uk
I.4)Type of the contracting authority
National or federal agency/office
I.5)Main activity
Other activity: Transport

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Traffic Scotland Operations and Infrastructure Services Contract

Reference number: TS/ROADS/SER/2019/03
II.1.2)Main CPV code
63700000 Support services for land, water and air transport
II.1.3)Type of contract
Services
II.1.4)Short description:

The scope of the contract comprises compliance with and delivery of all responsibilities, services and works activities as described:

Lot 1: Operations is for the delivery of the Traffic Scotland National Control Centre (and back up facility as may be required). This involves the use of multiple data streams and information sources to pro-actively monitor and support the safe, efficient and resilient operation of the trunk road network, by providing real time traffic and travel information to the public and stakeholders through a wide variety of communication channels.

Lot 2: Infrastructure is for the maintenance of existing and construction of new or replacement Traffic Scotland equipment generally comprising of all intelligent transport systems related equipment, transmission buildings located on the road network including all Scottish Trunk Roads and part of the non-trunk road, associated communications equipment, computers and operator workstations operated, maintained and developed in the provision of the Traffic Scotland Service.

Economic operators can tender for one (1) or both lots, however a maximum of one (1) lot will be awarded to an economic operator.

Where a successful economic operator has submitted a final tender for both lots and their aggregated quality and price score result in them being the most economically advantageous tenderer in both lots, they shall be awarded the lot in which they have attained the greatest difference between their aggregated quality and price score (measured to two decimal places) and the second placed tenderer’s aggregated quality and price score (measured to two decimal places). Where there is no such difference, they shall be awarded the lot with the greatest difference between their price score and the second placed tenderer’s price score.

The remaining lot shall be awarded to the second placed economic operator for that lot. In the event that there is more than one compliant final tender submission with the same aggregated quality and price score in second place in the remaining lot, the economic operator with the lowest price shall be awarded the remaining lot.

II.1.5)Estimated total value
Value excluding VAT: 70 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
II.2)Description
II.2.1)Title:

Traffic Scotland Operations and Infrastructure Services Contract — Lot 1 Operations

Lot No: 1
II.2.2)Additional CPV code(s)
92210000 Radio services
34972000 Traffic-flow measuring system
63712700 Traffic control services
63712710 Traffic monitoring services
72514100 Facilities management services involving computer operation
79993000 Building and facilities management services
34970000 Traffic-monitoring equipment
72315000 Data network management and support services
72700000 Computer network services
72910000 Computer back-up services
63712200 Highway operation services
72300000 Data services
34996100 Traffic lights
32552120 Emergency telephones
34923000 Road traffic-control equipment
32573000 Communications control system
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
Main site or place of performance:

Traffic Scotland National Control Centre, South Queensferry and back-up facility (Glasgow).

II.2.4)Description of the procurement:

Transport Scotland on behalf of the Scottish Ministers has identified the requirement to appoint two (2) suitably experienced Economic Operators to deliver the Traffic Scotland Operations and Infrastructure Services Contract split into:

— Traffic Scotland Operations and Infrastructure Services Contract – Lot 1 Operations; and

— Traffic Scotland Operations and Infrastructure Services Contract – Lot 2 Infrastructure.

Economic operators can tender for one (1) or both Lots, however a maximum of one (1) Lot will be awarded to an Economic Operator.

For clarity and avoidance of doubt, in relation to the award restriction this applies to any Economic Operator, and includes any parent or any member of the Economic Operator, or any reliant entity (which includes sub-contractors) who the Economic Operator is relying on in terms of technical and professional ability and/or economic and financial standing, in terms of Regulation 64 of the Public Contracts (Scotland) Regulations.

The initial Contract term is five (5) years from the commencement of service date with an option to extend for up to a further two (2) years at one (1) year periods at the Scottish Ministers discretion.

The estimated Contract value (including the total extension period) for Lot 1 – Operations is GBP 21,000,000 GBP.

The Contract terms and conditions will be based on ICE 5th Generation which has been amended by Transport Scotland. Each successful Economic Operator shall be invited to submit a tender on the same Contract terms.

The contractor will be procured through a restricted tender procedure, in accordance with Public Contracts (Scotland) Regulations 2015.

To be considered for the 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 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).

The scope of the Contract for Lot 1 - Operations comprises:-

— Delivery of the Traffic Scotland Service from the Traffic Scotland National Control Centre

— Use a range of reporting / analytics tools to review historic network performance and inform future planning (including events)

— Provision of real time traffic information

— Maintain road status and traffic information data

— Facilities Management of Traffic Scotland National Control Centre (South Queensferry) and Backup Facility (Glasgow)

— Communicate with a wide range of stakeholders / media / operational partners

— Provision of Traffic Scotland Radio Service

— Strategic Traffic Signals (operate/ monitor/configure)

— Monitor and Operate Traffic Scotland Systems

— Proposal of service/system enhancements

— Undertake user acceptance testing of Traffic Scotland System

— Monitor and report faults on Variable Mandatory Speed Limit (VMSL) including Highway Agency Digital Enforcement Camera System 3 (HADEC 3)

— Coordinate and oversee response to planned or unplanned events (resilience)

Further information on the requirements and objectives of the Contract can be found in the attached supplementary document reference "TSOIS Industry Day Presentation–23 May 2019” and “TSOIS Industry Day Presentation Questions and Answers–23 May 2019”. The information contained in these documents is preliminary and will be supplemented with further information at tender stage. No warranty or representation of any kind is given as to the accuracy or completeness of such information.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality Criterion / Weighting: 40
Price - Weighting: 60
II.2.6)Estimated value
Value excluding VAT: 21 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the contract will be in place for an initial period of 5 years from commencement of service date with the potential for two further 12 month extensions at the discretion of the Scottish Ministers.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

It is intended that up to 5 Economic Operators will be taken forward to participation stage. If there is a tie for 5th place then we will take both Economic Operators in 5th place forward to tender.

Please note that each lot will be assessed separately. 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;

(a) Minimum Standards of Eligibility - provided evidence of working on specified types of projects; and

(b) Technical or Professional Ability - provided evidence demonstrating an acceptable level of technical or professional ability.

(iii) in place quality, environmental and health and safety management systems.

(iv) satisfied minimum standards of economic and financial standing;

(v) 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 (E),(F), (G), (H), (I), (J) and (K). (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) or (iv) above, then that Economic Operator shall be excluded from the ranking of scores described in (v) as above.

Economic Operators shall be required to self-certify their adherence to the above selection criteria via the ESPD.

In terms of the Public Contracts (Scotland) Regulations 2015, there will be a requirement on Economic Operators to provide proof of economic and financial standing and of technical and professional ability prior to proceeding to the next stage of the competition and contract award and the tender documents will contain specific provisions requiring tenderers to inform Transport Scotland of any changes to their economic and financial standing or technical and professional ability during the procurement competition. Further, Transport Scotland reserves the right to undertake further verification to ensure continuing compliance with the selection criteria at any time prior to contract award, including during any standstill period. If means of proof does not satisfy Transport Scotland's selection criteria and/or if an Economic Operator no longer meets the requirements set out in the tender documents it shall be excluded from this procurement competition. If this follows tender evaluation, including during any standstill period, the most economically advantageous tender shall be recalculated and requested to provide proof of economic and financial standing and technical and professional ability with a view to contract award.

Economic Operators who do not meet: selection criteria as set out in this contract notice; requirements leading to exclusion otherwise set out in the tender documents or who would otherwise be excluded automatically under Regulation 58(1)-(3) of the Public Contracts (Scotland) Regulations 2015 or at the discretion (if exercised so as to exclude) of Transport Scotland under Regulation 58(4) or 58(8), shall be excluded from this procurement competition. For the avoidance of doubt, any Economic Operator who meets the selection criteria at the initial evaluation but subsequently, prior to contract award, fails to meet such criteria, shall be excluded from this procurement competition.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations.

II.2)Description
II.2.1)Title:

Traffic Scotland Operations and Infrastructure Services Contract - Lot 2 Infrastructure

Lot No: 2
II.2.2)Additional CPV code(s)
34970000 Traffic-monitoring equipment
34923000 Road traffic-control equipment
34924000 Variable message signs
45316210 Installation of traffic monitoring equipment
45233141 Road-maintenance works
50230000 Repair, maintenance and associated services related to roads and other equipment
71320000 Engineering design services
50312310 Maintenance of data network equipment
72314000 Data collection and collation services
32424000 Network infrastructure
45314300 Installation of cable infrastructure
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
Main site or place of performance:

Road Network including all Scottish trunk roads.

II.2.4)Description of the procurement:

Transport Scotland on behalf of the Scottish Ministers has identified the requirement to appoint two (2) suitably experienced Economic Operators to deliver the Traffic Scotland Operations and Infrastructure Services Contract split into:

— Traffic Scotland Operations and Infrastructure Services Contract – Lot 1 Operations and

— Traffic Scotland Operations and Infrastructure Services Contract – Lot 2 Infrastructure.

Economic Operators can tender for one (1) or both Lots, however a maximum of one (1) Lot will be awarded to an Economic Operator.

For clarity and avoidance of doubt in relation to the award restriction this applies to any Economic Operator, and includes any parent or any member of the Economic Operator, or any reliant entity (which includes sub-contractors) who the Economic Operator is relying on in terms of technical and professional ability and/or economic and financial standing, in terms of Regulation 64 of the Public Contracts (Scotland) Regulations.

The initial Contract term is five (5) years from the commencement of service date with an option to extend for up to a further two (2) years at one (1) year periods at the Scottish Ministers discretion.

The estimated Contract value (including the total extension period) for Lot 2 – Infrastructure is GBP 49,000,000.

Lot 2 Contract will include indicative maximum value thresholds for categories of Ordered work. These thresholds are subject to change during the Contract based on the performance of the service provider.

The Contract terms and conditions will be based on ICE 5th Generation which has been amended by Transport Scotland. Each successful Economic Operator shall be invited to submit a tender on the same Contract terms.

The contractor will be procured through a restricted tender procedure, in accordance with Public Contracts (Scotland) Regulations 2015.

To be considered for the 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 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).

The scope of the Contract for Lot 2 – Infrastructure comprises:-

— Inspection and Maintenance of all Traffic Scotland Equipment

— Utilisation of Asset Performance Management System and Fault Management System

— Design, installation and commissioning of new and replacement Traffic Scotland Equipment

— Principal Designer duties (CDM)

— Principal Contractor duties(CDM)

— Collection/upload of accurate traffic data

— Maintain inventory of spares

— Manage and maintain static and dynamic road status data associated with Traffic Scotland Systems

— Inspect, maintain, repair and renew the Infrastructure associated with Variable Mandatory Speed Limits and the Highways Agency Digital Enforcement Camera System 3 (HADEC 3) excluding repair and replacement of Home Office Type Approval (HOTA) equipment.

Further information on the requirements and objectives of the Contract can be found in the attached supplementary document reference "TSOIS Industry Day Presentation–23 May 2019” and “TSOIS Industry Day Presentation Questions and Answers–23 May 2019”. The information contained in these documents is preliminary and will be supplemented with further information at tender stage. No warranty or representation of any kind is given as to the accuracy or completeness of such information.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality criterion / Weighting: 30
Price - Weighting: 70
II.2.6)Estimated value
Value excluding VAT: 49 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

It is intended that the Contract will be in place for an initial period of 5 years from commencement of service date with the potential for two further 12 month extensions at the discretion of the Scottish Ministers.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

It is intended that up to 5 Economic Operators will be taken forward to participation stage. If there is a tie for 5th place then we will take both 5th place Economic Operators forward to tender.

Please note that each Lot will be assessed separately. 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;

(a) Minimum Standards of Eligibility - provided evidence of working on specified types of projects; and

(b) Technical or Professional Ability - provided evidence demonstrating an acceptable level of technical or professional ability.

(iii) in place quality, environmental and health and safety management systems.

(iv) satisfied minimum standards of economic and financial standing;

(v) 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 (H), (I), (J), (K), (L), (M) and (N) (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) or (iv) above, then that Economic Operator shall be excluded from the ranking of scores described in (v) as above.

Economic Operators shall be required to self-certify their adherence to the above selection criteria via the ESPD.

In terms of the Public Contracts (Scotland) Regulations 2015, there will be a requirement on Economic Operators to provide proof of economic and financial standing and of technical and professional ability prior to proceeding to the next stage of the competition and contract award and the tender documents will contain specific provisions requiring tenderers to inform Transport Scotland of any changes to their economic and financial standing or technical and professional ability during the procurement competition. Further, Transport Scotland reserves the right to undertake further verification to ensure continuing compliance with the selection criteria at any time prior to contract award, including during any standstill period. If means of proof does not satisfy Transport Scotland's selection criteria and/or if an Economic Operator no longer meets the requirements set out in the tender documents it shall be excluded from this procurement competition. If this follows tender evaluation, including during any standstill period, the most economically advantageous tender shall be recalculated and requested to provide proof of economic and financial standing and technical and professional ability with a view to contract award.

Economic Operators who do not meet: selection criteria as set out in this contract notice; requirements leading to exclusion otherwise set out in the tender documents or who would otherwise be excluded automatically under Regulation 58(1)-(3) of the Public Contracts (Scotland) Regulations 2015 or at the discretion (if exercised so as to exclude) of Transport Scotland under Regulation 58(4) or 58(8), shall be excluded from this procurement competition. For the avoidance of doubt, any Economic Operator who meets the selection criteria at the initial evaluation but subsequently, prior to contract award, fails to meet such criteria, shall be excluded from this procurement competition.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Economic Operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
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 2 to 4 must be given for each of the participating economic operators (excluding 4C.1/4.C.2)

III.1.2)Economic and financial standing
List and brief description of selection criteria:

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:

(a) in response to ESPD Question Ref. 4B.1.a 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 the name, range and score of nine financial criteria for each year for the last two (2) years of trading, or for the period which is available if trading for less than two (2) years. As a Parent Company Guarantee is required for Lot 1 and Lot 2, the information requested should be provided for 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 guarantee of each Economic Operator is required to provide copies of its annual accounts.

(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 Economic Operator in the sum of GBP 500,000 for Lot 1 and GBP 1,000,000 for Lot 2 for the due performance of this Contract under the terms of such Bond and Undertaking.

In addition to the information requested under (a) to (d), Economic Operators must provide a link/ copies of the associated annual accounts as filed at Companies House (or equivalent if not a UK registered company). For the avoidance of doubt, if an Economic Operator fails to provide accounts relating to its last two full years of trading that are due to have been filed, that Economic Operator will be excluded.

This above information is requested to enable Transport Scotland to perform their own assessment and confirm the financial ratios submitted. Ultimately, ensuring the correct score is allocated, and to ensure no misinterpretation. Where there exist differences in ratios, between those provided and those calculated by Transport Scotland, clarification will be sought.

Economic Operators shall be required to satisfy minimum standards of economic and financial standing (Question Ref 4B6)

The following nine evaluation criteria shall be scored, for each year for the last two years of trading, or for the period which is available if trading for less than two years:

1. Acid Test Ratio

2. Cash Interest Cover Ratio

3. Return on Capital Employed

4. Operating Profit Ratio

5. Net Worth

6. Gearing

7. Annual Contract Value to Turnover

8. Filed Accounts

9. Audit Report

The nine evaluation criteria will be individually scored and given a total aggregated score, out of a possible 50 marks, for each year of trading. Subsequently, each year’s score will be weighted, with the most recent (“Year 1”) weighted at 2/3rds and the previous (“Year 2”) weighted at 1/3rd, and then aggregated to form an overall score for the two years out of 50 marks.

Where the submission has been submitted by a group of Economic Operators, the information submitted by each group member will be evaluated in the proportion of the percentage shareholdings or percentage equity/interest of each group member and a score determined for such group of Economic Operators on that basis.

A “group of Economic Operators” is defined as an unincorporated consortium or joint venture.

Minimum level(s) of standards possibly required:

Economic operators are required to satisfy minimum standards of economic and financial standing. These are described below:

Insurance (Question Ref. 4B.5)

In response to ESPD Question Ref. 4B.5 Economic operators must confirm they already have or can commit to obtain prior to commencement of the contract to obtaining the following insurances at the following minimum levels:

Lot 1: Operations

Public liability insurance = GBP 10 000 000

Professional indemnity insurance = GBP 10 000 000

Employer's liability insurance = GBP 10 000 000

Motor insurance = Comprehensive

Lot 2: Infrastructure

Public liability insurance = GBP 155 000 000

Professional indemnity insurance = GBP 10 000 000

Contractors pollution legal liability = GBP 10 000 000

Contractors all risk = GBP 10 000 000

Employer's liability insurance = GBP 10 000 000

Motor insurance = Comprehensive

In responding to ESPD Question Ref. 4B.5.A and 4B.5.B 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.

If the economic operator is trading for less than 2 years, their financial ratios for the most recent full year of trading will be weighted at 2/3rds scored out of the total 50 marks. If the economic operator is trading for less than 1 year the information provided under III.1.2), will be prorated up to 1 year to calculate financial ratios for the a full year and this will be weighted at 2/3rds and scored out of the total 50 marks.

The scoring mechanism ‘Economic and Financial Standing Evaluation Criteria Ratios and Scoring — TSOIS’ document is attached to this notice for further breakdown and explanation.

A submission shall be marked as a fail and will not be considered further if the score achieved by an economic operator (either a single economic operator or a group of economic operators) is less than 25 marks, out of the potential total aggregated score of 50 marks.

A submission shall be marked as a fail and will not be considered further if the economic operator is unable to provide appropriate information to enable the calculation of the financial ratios.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

In response to ESPD: Question Ref. 4C.1 Economic Operators are required to insert suitable responses to;

(i) LOT 1 - Provide suitable responses to statements (A),(E),F),(G),(H),(I),(J) and (K), set out in the attached supplementary document ref "III.1.3 Technical and Professional Ability Statements - Lot 1" demonstrating that they have the required minimum standards of eligibility and technical and professional ability and LOT 2 Provide suitable responses to statements (A),(B),(C),(H),(I),(J),(K),(L), (M) and (N), set out in the attached supplementary document ref "III.1.3 Technical and Professional Ability Statements - Lot 2" 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 Lot 1 Statements (A) – (D) and Lot 2 Statement (A) – (G) 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 Lot 1 Statement (E) – (K) and Lot 2 Statements (H) – (N) shall be assessed (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 the criterion (0 Unacceptable)

— Response is inadequate. The response fails to demonstrate elements of relevance to the criterion, insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability (1 Inadequate)

— 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 Poor)

— Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capability/capacity but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature(3 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 (4 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 (5 Excellent)

Lot 2 only - In response to ESPD Question 4C.1 Economic Operators shall be required to insert a response to statement (G) demonstrating competence in the role of Principal Contractor and Principal Designer under CDM 2015 and also confirm that they are willing to accept these roles under the Contract.

Under ESPD Question Ref 4C.7 & 4D.1 Economic Operators shall be required to insert suitable responses to Lot 1 statements (B),(C) and (D) and Lot 2 statement (D), (E) and (F) demonstrating that they have in place an appropriate quality, environmental and health and safety management systems. Economic Operators should specify their recognised accredited system which 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.

The responses to Lot 1 statements (B),(C) and (D) and Lot 2 statement (D), (E), (F) and (G) shall each be assessed on the basis of PASS or FAIL. Economic Operators who obtain a FAIL in either of their responses shall not be considered further in this procurement competition.

Minimum level(s) of standards possibly required:

Please refer to supplementary document reference ‘III.1.3) Technical and Professional Ability Statements — Lot 1’ and/or ‘III.1.3) Technical and Professional Ability Statements — Lot 2 for each individual statement and relative weightings.

Each of these statements can be answered using the attached supplementary document reference ‘III.1.3) Technical and Professional Ability Response Tables Lot 1’ and/or III.1.3) Technical and Professional Ability Response Tables Lot 2’.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

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:

Requirement will be detailed in tender documentation and may relate to - training and recruitment, the availability of sub-contracting opportunities or approaches intended to improve the economic, social or environmental wellbeing of the surrounding areas.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2019/S 087-209012
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 24/04/2020
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 24/06/2020
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

Following the Prior Information Notice issued May 2019, we highlight the following:-

1- Further estimates on the value of Lot 1 and Lot 2 has resulted in an increase in the estimated value.

2 - The Principal Designer duties under CDM and the design of new/replacement Traffic Scotland equipment have been removed from Lot 1 and included within Lot 2 scope.

Economic Operators 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 Scottish Ministers shall not evaluate any submission received past the specified deadline, unless the delay is caused by a situation outwith 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 composition after making a submission will be the subject of re-evaluation. Any request by Economic Operators for clarification of any part of the documentation shall be made through the Public Contracts Scotland website.

The deadline to submit questions relating to the submission via the Public Contracts Scotland portal is noon on 17/4/2020. The Scottish Ministers shall not be responsible in any way to Economic Operators as a result of any delay or failure in answering any request for clarification or any decision not to answer a request for clarification (either in full or in part).

Absence of a response from 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.

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.

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=589902.

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.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

Requirement will be detailed in tender documentation and may relate to - training and recruitment, the availability of sub-contracting opportunities or approaches intended to improve the economic, social or environmental wellbeing of the surrounding areas.

(SC Ref:589902)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=589902

VI.4)Procedures for review
VI.4.1)Review body
Official name: Sheriff Clerk's Office
Postal address: PO Box 23, 1 Carlton Place
Town: Glasgow
Postal code: G5 9DA
Country: United Kingdom
Internet address: http://www.transport.gov.scot
VI.4.2)Body responsible for mediation procedures
Official name: Court of Session
Postal address: Parliament House, Parliament Square
Town: Edinburgh
Postal code: EH1 1RQ
Country: United Kingdom
VI.5)Date of dispatch of this notice:
06/03/2020