Opportunity

Clyde Metro Multi-Disciplinary Consultancy Framework

  • Strathclyde Partnership for Transport
  • Glasgow City Council
  • Transport Scotland

F02: Contract notice

Notice reference: 2024/S 000-006251

Published 27 February 2024, 12:35pm



Section one: Contracting authority

one.1) Name and addresses

Strathclyde Partnership for Transport

131 St Vincent Street

Glasgow

G2 5JF

Email

anne.finlay@spt.co.uk

Telephone

+44 14133333115

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.spt.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10382

one.1) Name and addresses

Glasgow City Council

40 John St, City Chambers

Glasgow

G2 1DU

Email

corporateprocurement@glasgow.gov.uk

Telephone

+44 1412872000

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

one.1) Name and addresses

Transport Scotland

2nd Floor, George House, 36 North Hanover Street

Glasgow

G1 2AD

Email

info@transport.gov.scot

Telephone

+44 1412727100

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.transport.gov.scot

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00099

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Clyde Metro Multi-Disciplinary Consultancy Framework

Reference number

24-015

two.1.2) Main CPV code

  • 71311000 - Civil engineering consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The object of this procurement exercise is to establish a multi-disciplinary consultancy services framework to support the completion of stage two of the Case for Investment for the Clyde Metro project. This framework will be for eight lots as follows:

Lot One: Transport Planning & Modelling

Lot Two: Transport Engineering

Lot Three: Land Use Planning & Placemaking

Lot Four: Business Cases & Economic Assessment

Lot Five: Environment

Lot Six: Impact Assessments

Lot Seven: Legal & Commercial

Lot Eight: Marketing, Branding & Communications

Tenders can bid for inclusion on any number of lots.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Transport Engineering

Lot No

2

two.2.2) Additional CPV code(s)

  • 71311220 - Highways engineering services
  • 45234111 - City railway construction work
  • 45234100 - Railway construction works
  • 45234120 - Urban railway works
  • 45234129 - Urban railway track construction works
  • 60200000 - Railway transport services
  • 60210000 - Public transport services by railways
  • 60112000 - Public road transport services
  • 71311200 - Transport systems consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The generic areas of this lot are listed below. In future we may call off services which are linked to this list, but the list is not exhaustive and we may utilise this framework for any or all of our transport engineering requirements in relation to the Clyde Metro.

Transport Engineering

Fixed route public transport engineering including planning, design, systems maintenance and optimisation

Permanent Way Design for a variety of fixed route public transport modes

Fixed route public transport systems operational policy and procedures

Fixed route public transport signalling and control systems

Roads, Highways, Bridges & Infrastructure Engineering

Pedestrian Way Design

Cycleway Design

Heavy and light rail engineering systems design including rolling stock and power systems

Advise on New Fleet Commissioning, Lifespans, Maintenance and Replacement processes across a variety of public transport modes

Specialised Transport Engineering Services for Bus, Train and Mass Transit Station Development including Mobility Hubs and associated facilities to assist with public transport integration

Civil, Structural & Geotechnical Engineering

Civil Engineering

Structural Engineering

Tunnelling including Refurbishment and Maintenance

Groundwater, Geotechnical and Topographical services

Drainage Design and Water and Waste Water Engineering

Geotechnical Engineering

Building Design and Refurbishment including depots and maintenance facilities

Utilities Design and Relocation

Mechanical & Electrical Engineering

High voltage power supply and distribution systems design

Mechanical and Electrical Engineering Design

Heating / Energy System and Lighting Design

Consultation & Engagement

Assist with the preparation of consultation responses and parliamentary inquiries on Clyde Metro matters

Consultation and engagement with elected members, stakeholders, businesses and communities

Development of stakeholder management plans and stakeholder mapping

Miscellaneous

Quantity Surveying

Practical application of new technologies and related design solutions for their implementation

two.2.5) Award criteria

Quality criterion - Name: Methodology for Framework Management / Weighting: 40

Quality criterion - Name: Quality and Resilience of Personnel / Weighting: 40

Quality criterion - Name: Risks Mitigations and Opportunities / Weighting: 20

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

SPT reserves the right to extend the framework duration by 12 months. After which the framework may be renewed.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Land-Use Planning & Placemaking

Lot No

3

two.2.2) Additional CPV code(s)

  • 71240000 - Architectural, engineering and planning services
  • 71356400 - Technical planning services
  • 71400000 - Urban planning and landscape architectural services
  • 71410000 - Urban planning services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The generic areas of this lot are listed below. In future we may call off services which are linked to this list, but the list is not exhaustive and we may utilise this framework for any or all of our land-use planning and placemaking requirements in relation to the Clyde Metro.

Land-use Planning

Advising and assisting with the preparation of responses to Planning Legislation, National Planning Framework, Regional Spatial Strategies, Local Development Plans including Local Place Plans, Applications and other consultations & matters related to land use policy, plans, development planning and development management

Assist with preparation for Inquiries

Representation at Inquiries

Assist with the preparation of input to relevant sections of the planning acts in relation to planning agreements

Liaise with third-party partners and consultants for the development of relevant sections of the planning acts in relation to planning agreements

Advising on Planning matters in relation to land and property including the application of Compulsory Purchase Orders (CPOs)

Negotiation with land and property owners

Advise on the identification, ownership and regeneration of vacant and derelict land

Assessment of development capacity

Assessment of housing land availability and identification of sites for housing development

Advise on development density and land-use composition

Advise on Land Value Capture mechanisms and calculation of estimated uplifts

Advise on incorporating and delivering Community Wealth Building (CWB)

Development of regeneration plans and strategies

Development of policy and guidance including in relation to:

Developer Contributions / Planning Agreements, under the planning acts, to fund / support delivery of transport infrastructure and services

Pre-application consultation

Local Development Plans and associated Supplementary Guidance

Safeguarding and land assembly for transport infrastructure and alignments

Placemaking

Advise on practical application of the Place Principle, Place Standard and wider Placemaking matters including Placemending and delivery of local living and 20 minute neighbourhoods to help achieve a people centred, place-based approach

Development of design principles and guidance for urban environments

Undertake urban design and architectural services in a variety of contexts

Development of place-based masterplans which incorporate and promote the spatial principles and policies of the National Planning Framework

Development of corridor masterplans and realisation of wider place-based benefits

Consultation & Engagement

Assist with the preparation of consultation responses and parliamentary inquiries on Clyde Metro matters

Consultation and engagement with elected members, stakeholders, businesses and communities

Development of stakeholder management plans and stakeholder mapping

two.2.5) Award criteria

Quality criterion - Name: Methodology for Framework Management / Weighting: 40

Quality criterion - Name: Quality and Resilience of Personnel / Weighting: 40

Quality criterion - Name: Risk Mitigations and Opportunities / Weighting: 20

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

SPT reserves the right to extend the framework duration by 12 months. After which the framework may be renewed.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Business Cases & Economic Assessment

Lot No

4

two.2.2) Additional CPV code(s)

  • 79900000 - Miscellaneous business and business-related services
  • 79990000 - Miscellaneous business-related services
  • 79311410 - Economic impact assessment
  • 71541000 - Construction project management services
  • 90711100 - Risk or hazard assessment other than for construction

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The generic areas of this lot are listed below. In future we may call off services which are linked to this list, but the list is not exhaustive and we may utilise this framework for any or all of our business cases and economic assessment requirements in relation to the Clyde Metro.

Business Cases

Development of Strategic, Outline and Final Business Cases in line with HM Treasury’s 5-case model and Scottish Government guidance

Review and audit of Strategic, Outline and Final Business Cases or their constituent components

Advising on best practice in relation to the development of Strategic, Outline and Final Business Cases

Definition and review of Critical Success Factors for implementation of mass transit schemes

Facilitating Workshops associated with the development of Strategic, Outline and Final Business Cases

Economic Assessment

Cost Benefit Analysis and calculation of Benefit to Cost Ratios, Net Present Value, Net Present Costs and Net Present Benefits

Identification and calculation of Wider Economic Benefits and their distribution

Calculation of Gross Value Added (GVA) impacts

Calculation of employment impacts

Assessment of costs and benefits to the public sector as well as costs and benefits to the private sector

Disaggregation of economic impacts by geographical area, socio-economic group, demographics, industry sector, etc.

Assessment of displacement and additionality at local, regional and national levels

Advising on opportunities for inward investment

Sensitivity testing of costs and benefits including switching values analysis

Scenario testing reflecting major technical, economic and political uncertainties

Identification, assessment and categorisation of benefits into:

cash releasing benefits (CRB)

monetisable non-cash releasing benefits (non CRB)

quantifiable but not readily monetisable benefits (QB)

qualitative but not readily quantifiable benefits (Qual)

Finance

Assessment of finance and funding sources including green models as well as potential income generators including their viability and applicability

Assist with the preparation and submission of bids / claims for external third-party funding

Advise on affordability and the funding envelope for programmes and projects

Advise on phasing of funding and finance in relation to forecast capital and revenue expenditure

Identification of peak funding and finance requirements within the context of a long-term programme

Advising on options to deliver best value and to minimise any costs of borrowing incurred

Project Management

Development and review of programme level and project level work programmes including the phasing of workstreams / delivery

Development, review and integration of stakeholder communications and engagement with programme requirements including statutory consultations

Identifying, facilitating and coordinating interdependencies between programmes and projects including those being delivered by stakeholders

Management consultancy services including advising on proposed approach to programme and project delivery, best practice and lessons learned from similar projects

Development and review of programme and project assurance frameworks

Compliance reviews and identification of corrective actions where necessary

Advise on and review of programme and project governance arrangements

Advise on resourcing, skills, capabilities and capacity

Managing and overseeing a programme including coordination of multiple workstreams and delivery partners

Risk Management

Identification and mitigation of risks using risk assessment and management processes

Development, review and auditing of risk registers

two.2.5) Award criteria

Quality criterion - Name: Methodology for Framework Management / Weighting: 40

Quality criterion - Name: Quality and Resilience of Personnel / Weighting: 40

Quality criterion - Name: Risk Mitigations and Opportunities / Weighting: 20

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

SPT reserves the right to extend the framework duration by 12 months. After which the framework may be renewed.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Environment

Lot No

5

two.2.2) Additional CPV code(s)

  • 90711000 - Environmental impact assessment other than for construction
  • 90711400 - Environmental Impact Assessment (EIA) services other than for construction
  • 90712100 - Urban environmental development planning
  • 90713000 - Environmental issues consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The generic areas of this lot are listed below. In future we may call off services which are linked to this list, but the list is not exhaustive and we may utilise this framework for any or all of our environment requirements in relation to the Clyde Metro.

Undertake environmental screening and scoping assessments in accordance with legislative requirements

Develop and carry out strategic environmental assessments of policies, plans, projects and operations

Develop and carry out carbon impact assessments of policies, plans, projects and operations

Develop and carry out energy efficiency assessments of policies, plans, projects and operations

Develop and carry out climate change adaptation assessments of policies, plans, projects and operations

Develop and carry out flood risk assessments of policies, plans, projects and operations

Develop and carry out habitat regulations assessments of policies, plans, projects and operations

Develop climate change adaptation, biodiversity, decarbonisation and energy efficiency strategies, plans and projects

Monitoring and evaluation of adaptation, biodiversity, decarbonisation and energy efficiency policies, plans and projects

Identify environmentally sensitive locations and advise on mitigation measures to reduce or remove impacts upon them

Advise on sustainability, resilience and climate adaptation of the urban environment and transport infrastructure

Advise on statutory duties and obligations related to Scottish Government Environmental and Climate Change legislation and plans

Liaise with partnerships and stakeholders on matters related to environmental impacts, climate change policy, decarbonisation and energy efficiency

Consultation and engagement with elected members, stakeholders, businesses and communities including statutory consultees

Advise on the incorporation of Just Transition Principles

Advise on development of new technologies and opportunities to reduce environmental impacts

two.2.5) Award criteria

Quality criterion - Name: Methodology for Framework Management / Weighting: 40

Quality criterion - Name: Quality and Resilience of Personnel / Weighting: 40

Quality criterion - Name: Risk Mitigations and Opportunities / Weighting: 20

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

SPT reserves the right to extend the framework duration by 12 months. After which the framework may be renewed.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Impact Assessments

Lot No

6

two.2.2) Additional CPV code(s)

  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 79311410 - Economic impact assessment
  • 71313400 - Environmental impact assessment for construction
  • 90711000 - Environmental impact assessment other than for construction
  • 90711400 - Environmental Impact Assessment (EIA) services other than for construction

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The generic areas of this lot are listed below. In future we may call off services which are linked to this list, but the list is not exhaustive and we may utilise this framework for any or all of our impact assessment requirements in relation to the Clyde Metro.

Screening, scoping and undertaking a range of Impact Assessments as part of policy, strategy, appraisal and project development processes, including but not limited to:

Equality Impact Assessment

Health Impact Assessment

Child Rights & Wellbeing Impact Assessment

Islands Communities Impact Assessment

Fairer Scotland Duty Impact Assessment

Business and Regulatory Impact Assessment

Support development of Health, Equality and other relevant strategies and plans to address identified impacts

Develop and recommend corrective and mitigating actions for adverse impacts identified through equalities and other relevant impact assessments

Monitoring and evaluation of Health, Equality and other relevant strategies and plans

Advise on statutory duties and obligations associated with relevant legislation associated with equalities and other relevant impact assessments

Liaise with partnerships and stakeholders on matters associated with equalities and other relevant impact assessments and related legislation

Consultation and engagement with elected members, stakeholders, businesses and communities including statutory consultees

Work with partners to ensure the findings of equalities and other relevant impact assessments are taken into account as part of policy, strategy, appraisal and project development processes

Advise on the incorporation of Just Transition Principles

two.2.5) Award criteria

Quality criterion - Name: Methodology for Framework Management / Weighting: 40

Quality criterion - Name: Quality and Resilience of Personnel / Weighting: 40

Quality criterion - Name: Risk Mitigations and Opportunities / Weighting: 20

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

SPT reserves the right to extend the framework duration by 12 months. After which the framework may be renewed.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Legal & Commercial

Lot No

7

two.2.2) Additional CPV code(s)

  • 79100000 - Legal services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The generic areas of this lot are listed below. In future we may call off services which are linked to this list, but the list is not exhaustive and we may utilise this framework for any or all of our legal and commercial requirements in relation to the Clyde Metro.

Legal

Advise on and assist with appropriate legislative processes including Transport and Works (Scotland) Act 2007

Heavy rail, light rail and other fixed link public transport systems legislation, standards and compliance

Development and review of contracts and terms and conditions as well as ensuring adherence to them by the relevant parties

Preparation of Heads of Terms, Memoranda of Understanding and other legal agreements between parties

Independent legal advice and representation

Responding to legal challenges brought forward by third parties and assisting with the settlement of any disputes

Negotiation, mediation and arbitration between parties

Assist with preparation for and representation at Inquiries and in other relevant circumstances

Preparation and review of orders, bills, acts, regulations and other relevant pieces of legislation associated with development and implementation of fixed link public transport systems and existing public transport systems

Advising on legal roles and responsibilities of various parties as well as any limitations upon powers that may exist

Advising on legislation relating to and arrangements for establishing arm’s length external organisations

Assisting with the creation of arm’s length external organisations

Commercial

Advise on procurement options and optimum approach for a variety of fixed link public transport infrastructure and rolling stock

Supplier identification and engagement for services and goods related to mass transit

Identification of the most appropriate and cost-effective routes to market

Development and review of procurement strategies for services and goods related to mass transit

Advise on lead times and supplier capacity and capability to deliver

Advise on contract options and terms and conditions

Advise on most efficient and best value procurement techniques and solutions

two.2.5) Award criteria

Quality criterion - Name: Methodology for Framework Management / Weighting: 40

Quality criterion - Name: Quality and Resilience of Personnel / Weighting: 40

Quality criterion - Name: Risk Mitigations and Opportunities / Weighting: 20

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

SPT reserves the right to extend the framework duration by 12 months. After which the framework may be renewed.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Marketing, Branding & Communications

Lot No

8

two.2.2) Additional CPV code(s)

  • 79340000 - Advertising and marketing services
  • 79342000 - Marketing services
  • 79413000 - Marketing management consultancy services
  • 79416200 - Public relations consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The generic areas of this lot are listed below. In future we may call off services which are linked to this list, but the list is not exhaustive and we may utilise this framework for any or all of our marketing, branding and communications requirements in relation to the Clyde Metro.

Marketing & Branding

Advise on and support the development of marketing and branding strategies and guidelines

Undertaking graphic design and the preparation of branded materials in accordance with established strategies and guidelines

Preparation of content for online and offline platforms including websites and social media

Development of branded website(s) in accordance with established marketing and branding strategies and guidelines

Supporting and delivering events through development of appropriate physical and digital marketing materials along with attendance in person or online as appropriate

Designing, developing and delivering marketing campaigns across a range of offline and online formats in accordance with established strategies and guidelines

Monitoring and evaluation of marketing campaigns to identify whether objectives are being delivered and any amendments that may be required

Advise on and support the development of a consistent brand across public transport modes which provides a recognisable network identity

Supporting and developing preparation of marketing and branding materials which are accessible and ensure inclusivity, particularly for those with protected characteristics

Supporting in media buying services required to publicise or advertise relevant activities

Communications

Advise on and support the development of communications and advocacy strategies and guidelines

Supporting and delivering effective PR, communication and advocacy which delivers consistent and regular messaging

Advise on and support the development of communication and advocacy stakeholder mapping which reflects wider consultation and engagement activities

Strategic advice on messaging including the tone and content of public materials and information

Supporting with media enquiries and responding appropriately in a manner consistent with established communications and advocacy strategies and guidelines

Supporting with crisis management and responses to negative events and PR

Advise on the development of public transport information across a variety of online and offline formats

Supporting and developing preparation of communications and advocacy materials which are accessible and ensure inclusivity, particularly for those with protected characteristics

two.2.5) Award criteria

Quality criterion - Name: Methodology for Framework Management / Weighting: 40

Quality criterion - Name: Quality and Resilience of Personnel / Weighting: 40

Quality criterion - Name: Risk Mitigations and Opportunities / Weighting: 20

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

SPT reserves the right to extend the framework duration by 12 months. After which the framework may be renewed.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Transport Planning and Modelling

Lot No

1

two.2.2) Additional CPV code(s)

  • 71311210 - Highways consultancy services
  • 71311200 - Transport systems consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The generic areas of this lot are listed below. In future we may call off services which are linked to this list, but the list is not exhaustive and we may utilise this framework for any or all of our transport planning requirements in relation to the Clyde Metro.

Transport Planning

Transport appraisal following STAG and WEBTAG as appropriate

Development and preparation of transport policy, strategy, plans and programmes

Research and analysis (including spatial analysis, as applicable) of transport policies, users, infrastructure, modes, networks and systems

Transport option development and feasibility

Development of monitoring and evaluation plans for transport policy, strategy, interventions and projects

Review and advise on third-party Transport Assessments, including any associated legal and financial agreements

Review and advise on third-party transport policies, projects and interventions, including Traffic Regulation Orders

Review and audit of transport strategies, plans, appraisals and studies including their constituent components

Advise on the incorporation and alignment of active travel including consistency with infrastructure development and wider modal integration

Develop behaviour change initiatives to promote sustainable travel

Identify the locations and causes of transport poverty along with solutions to mitigate it

Advise on the delivery of public transport integration across modes

Develop and assess options for utilisation of capacity released as a result of new infrastructure and modal shift

Transport Modelling

Transport data collection, surveys, analysis and modelling

Provision of project management support for transport planning activities

Passenger demand and revenue forecasting for public transport services

Specification, collection and management of data and surveys to develop and maintain transport models

Specification, development and application of SRTM

Specification, development and application of multi-modal transport and traffic models

Liaise with third-party partners and consultants on the specification, development and application of transport models

Interpretation of model outputs to inform the calculation and measurement of wider benefits to society

Transport Operations

Provision of specialist advice, for example, in relation to emerging technologies

Identification of optimum delivery, governance and operational models for public transport infrastructure and services

Cost-estimating including whole life estimates

Definition of fares and fare structures

Advise on ticketing arrangements and solutions for multi-modal integrated ticketing systems

Advise on timetabling and scheduling of services across a variety of public transport modes

Advise on public transport information systems and provision of accessible travel information

Assessing and identifying appropriate public transport modes, systems and fuel technology

Consultation & Engagement

responses and parliamentary inquiries on Clyde Metro matters

Consultation and engagement with elected members, stakeholders, businesses and communities

Development of stakeholder management plans and stakeholder mapping

two.2.5) Award criteria

Quality criterion - Name: Methodology for Framework Management / Weighting: 40

Quality criterion - Name: Quality and Resilience of Personnel / Weighting: 40

Quality criterion - Name: Risk Mitigations and Opportunities / Weighting: 20

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

SPT reserves the right to extend the framework duration by 12 months. After which the framework may be renewed.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

SPT will use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of bidders

Insurance Requirements

Minimum level(s) of standards possibly required

With regards SPD question 4B, SPT will use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of bidders. Bidders with a Failure Score of 51 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Bidders must confirm within their response to the relevant question within the Qualification Envelope, the value of their D&B Failure Score.

In the event that the bidder does not have a Dun and Bradstreet rating or they consider that the rating has been adversely affected by factors which they can offer mitigating evidence for, we will use the following ratios to evaluate a bidder’s financial status. Bidders must confirm within their response to the relevant question within the Qualification Envelope, the name and value of the 3 financial ratios listed below as taken from their own Accounts.

1 Profitability – this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;

2 Liquidity – this value is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio;

3 Gearing – this value is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.

Where 2 out of the 3 ratios cannot be met, we may then take account of other factors (as listed in the Evaluation of Tenders Doc) when assessing financial viability and the risk to the organisation, providing that the Bidder can submit acceptable evidence to substantiate any of the mitigating criteria.

For inclusion on the framework the bidder confirms they already have or can commit to obtain, prior to the commencement of the framework, the levels of insurance cover indicated below:

Professional Risk Indemnity: GBP10,000,000

Employer's (Compulsory) Liability: GBP5,000,000

Public Liability: GBP10,000,000

Insurance requirements will be reviewed for each commission awarded from the framework and may vary from the levels stated above

three.1.3) Technical and professional ability

List and brief description of selection criteria

Evidence of 6 No. of commissions that demonstrate the organisation’s ability to carry-out the services required in the lot being bid for awarded to

Minimum level(s) of standards possibly required

Evidence of 6 No. of commissions that demonstrate the organisation’s ability to carry-out the services required in the lot being bid for award to. These commissions may have been delivered completely in-house or using named sub-contractors and must be related to the scope of the Clyde Metro project. Each example will be reviewed for suitability and will be scored pass/fail. Where any of the examples are deemed to be fail, SPT reserves the right to set the bid aside.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 40

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

28 March 2024

Local time

10:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

28 March 2024

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 36 or 48 months

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

All tenderers must complete the Qualification ITT on PCST as well as the ITT for each of the Lot(s) being bid for. Tenders can bid for inclusion on any number of lots. The Qualification ITT needs only to be completed once even if you are bidding for multiple lots.

The terms and conditions of contract for any commissions awarded from this framework with be the NEC 4 Professional Services Contract (or Short Contract). Each commission will have their own NEC 4 PSC Documentation.

Scots Law applies.

Community benefits will apply to this contract. Tenderers will be asked to confirm their compliance with community benefits and the community benefits point menu provided. Community Benefits will be realised annually in arrears based on the total value of commissions awarded in the previous 12 months.

A presentation to tenderers will take place on 7 March 2024 at 14:00 hours via MS Teams. The names and email addresses of those who will be attending must be provided via PCST no later than noon on 6 March 2024.

Direct award of contracts will be allowed under the framework up to a value of GBP150,000.

Mini-Competitions

Unless an organisation is deemed to have or has declared a conflict of interest, mini competitions will be held across all organisations awarded to the lot. Mini competitions will be evaluated on the same technical/commercial weighting ratio as the framework evaluation. However, SPT reserves the right to make moderate adjustments to the weightings.

Duration

The duration of the framework will be three years with an option to extend for a further twelve months at the sole discretion of SPT.

This framework will be collaborative, meaning that SPT’s partners for the Clyde Metro project; Transport Scotland and Glasgow City Council; will be able to use this framework as well as SPT for consultancy commissions in relation to the Clyde Metro project only.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26157. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

SPT are seeking information regarding sub-contractors at award stage.

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

All tenderers must comply with the realisation of community benefits and to the community benefits points menu provided in the ITT. Failure to do so will result in your tender being set aside.

Community benefits will be realised annually in arrears by SPT. This will be based on the total value of commissions awarded in the previous 12 months

(SC Ref:758740)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Pl

Glasgow

G5 9DA

Country

United Kingdom