Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 651777-2021

20/12/2021    S246

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

2021/S 246-651777

Contract award notice

Results of the procurement procedure

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.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.1.6)Information about lots
This contract is divided into lots: yes
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 48 000 000.00 GBP
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
Quality criterion - Name: Quality Criterion / Weighting: 40
Price - Weighting: 60
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
Quality criterion - Name: Quality criterion / Weighting: 30
Price - Weighting: 70
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 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: 2020/S 050-119922
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Lot No: 1
Title:

Traffic Scotland Operations and Infrastructure Services Contract - Lot 1 Operations

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
24/11/2021
V.2.2)Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Mobility IBI EGIS (MOBIIE) Limited
Postal address: 8 THE ATHENAEUM BUILDING, NELSON MANDELA PLACE
Town: Glasgow
NUTS code: UKM82 Glasgow City
Postal code: G2 1BT
Country: United Kingdom
Telephone: +44 7966449669
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 15 000 000.00 GBP
V.2.5)Information about subcontracting

Section V: Award of contract

Lot No: 2
Title:

Traffic Scotland Operations and Infrastructure Services Contract - Lot 2 Infrastructure

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
24/11/2021
V.2.2)Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: AMEY OW LIMITED
Postal address: 3rd Floor, Chancery Exchange, 10 Furnival Street
Town: London
NUTS code: UK United Kingdom
Postal code: EC4A 1AB
Country: United Kingdom
Telephone: +44 7874632903
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 33 000 000.00 GBP
V.2.5)Information about subcontracting

Section VI: Complementary information

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.

(SC Ref:676276)

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:
15/12/2021