Opportunity

Traffic Scotland Systems Contract (TSSC)

  • Transport Scotland

F02: Contract notice

Notice reference: 2021/S 000-008662

Published 22 April 2021, 5:25pm



The closing date and time has been changed to:

11 June 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Transport Scotland

Buchanan House, 58 Port Dundas Road

Glasgow

G4 0HF

Email

TSSCContract2021@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 is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Other activity

Transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Traffic Scotland Systems Contract (TSSC)

Reference number

TS/ROADS/SER/2021/01

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

The provision of support, maintenance, modernisation and development of the Traffic Scotland systems that deliver the Traffic Scotland Service. The Traffic Scotland Service plays a pivotal role in the safe, efficient and effective operation of the trunk road network. The service relies on Intelligent Transport Systems, Web based Information Systems, Databases, supporting ICT systems and IP communications orientated computer systems to enable the collection and distribution of real-time traffic information relating to incidents and events taking place on the Scottish trunk road network.

two.1.5) Estimated total value

Value excluding VAT: £47,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72200000 - Software programming and consultancy services
  • 72210000 - Programming services of packaged software products
  • 72220000 - Systems and technical consultancy services
  • 72230000 - Custom software development services
  • 72240000 - Systems analysis and programming services
  • 72250000 - System and support services
  • 72251000 - Disaster recovery services
  • 72253000 - Helpdesk and support services
  • 72254000 - Software testing
  • 72320000 - Database services
  • 72400000 - Internet services
  • 72413000 - World wide web (www) site design services
  • 72415000 - World wide web (www) site operation host services
  • 72420000 - Internet development services
  • 34923000 - Road traffic-control equipment
  • 34970000 - Traffic-monitoring equipment
  • 92222000 - Closed circuit television services
  • 48600000 - Database and operating software package
  • 48700000 - Software package utilities
  • 48610000 - Database systems
  • 48620000 - Operating systems
  • 48627000 - Real-time operating system software package
  • 72212670 - Real time operating system software development services
  • 48781000 - System management software package
  • 63712710 - Traffic monitoring services
  • 48000000 - Software package and information systems
  • 48800000 - Information systems and servers
  • 48900000 - Miscellaneous software package and computer systems
  • 71311200 - Transport systems consultancy services
  • 72212900 - Miscellaneous software development services and computer systems
  • 72514000 - Computer facilities management services
  • 72700000 - Computer network services
  • 72910000 - Computer back-up services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Traffic Scotland National Control Centre, South Queensferry and Traffic Scotland Back-Up Facility, Glasgow

two.2.4) Description of the procurement

Transport Scotland on behalf of the Scottish Ministers has identified the requirement to appoint a suitably experienced Economic Operator to operate the Traffic Scotland Systems Contract hereinafter referred to as “The Contract”.

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) is 47,000,000 GBP.

The Contract terms and conditions will be based on the Scottish Government ICT model Services contract as 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 competitive tender procedure in accordance with the competitive dialogue procedure, in accordance with Public Contracts (Scotland) Regulations 2015.

To be considered for the Contract, Economic Operators are required to complete the Single Procurement Document (SPD) in accordance with this Contract Notice. Economic Operators shall be selected to participate in accordance with Public Contracts (Scotland) Regulations 2015, based on the information they have provided within the SPD.

The SPD can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk)

The scope of the Contract relates to the provision of support, maintenance, modernisation and development of the Traffic Scotland systems that deliver the Traffic Scotland Service. The Traffic Scotland Service plays a pivotal role in the safe, efficient and effective operation of the trunk road network. The service relies on Intelligent Transport Systems, Web based Information Systems, Databases, supporting ICT systems and IP communications orientated computer systems to enable the collection and distribution of real-time traffic information relating to incidents and events taking place on the Scottish trunk road network.

two.2.5) Award criteria

Quality criterion - Name: Quality criterion / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £47,000,000

two.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.

two.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 the participation stage. If there is a tie for 5th place, then the tied Economic Operators in 5th place will be taken forward to tender.

Selected Economic Operators shall be those who have:

(i) submitted a compliant submission, comprising the completed SPD;

(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 SPD.

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 procurement 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 assessment but subsequently, prior to contract award, fails to meet such criteria, shall be excluded from this procurement competition.

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.2.14) 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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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 SPD.

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 SPD on its behalf together with a separate SPD 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 SPD 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).

three.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 SPD 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 SPD 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 SPD 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, 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 SPD Question Ref 4B.6 confirm that not later than 30 days prior to the commencement of service date, a validly executed Bond and Undertaking by an insurance company or bank will be provided, which shall be jointly and severally bound with the Economic Operator in the sum of GBP 500,000 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 4B.6). Please refer to document “III.1.2 Economic and Financial Standing Evaluation Criteria Ratios and Scoring – TSSC” as provided.

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.

The “Economic and Financial Standing Evaluation Criteria Ratios and Scoring – TSSC” is attached to this Notice for further breakdown and explanation.

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 SPD 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:

Public Liability Insurance - GBP 20,000,000

Professional Indemnity Insurance - GBP 10,000,000

Employer's Liability Insurance – GBP 10,000,000

In responding to SPD Question Ref. 4B.5.A and 4B.5.B of the SPD, 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 full year and this will be weighted at 2/3rds and scored out of the total 50 marks.

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.

three.1.3) Technical and professional ability

List and brief description of selection criteria

In response to SPD: Question Ref. 4C.1 Economic Operators are required to insert suitable responses as follows.

Provide suitable responses to statements (E), (F), (G), (H), (I), (J), and (K) set out in the attached supplementary document “TSSC - SPD Technical & Professional Ability Statements” providing the individual statements and relative weightings demonstrating that they have the required minimum standards of eligibility and technical and professional ability to meet the specified requirements.

Note that statements (B), (C), and (D) require Economic Operators to demonstrate that they have in place appropriate quality, environmental and health and safety management systems. Economic Operators should specify their recognised accredited system which shall be adopted if awarded the contract. Economic Operators are required to confirm their compliance and be able to provide the appropriate certification in relation to quality, environmental and health and safety management systems.

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 Statements (A) – (D) shall be assessed on the basis of PASS or FAIL. Economic Operators who fail to satisfy these minimum mandatory standards (either they answer ‘No’ or fail to provide an acceptable answer) shall be excluded from the procurement competition.

The responses to Statements (E) – (K) 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)

Interested parties should note that a submission shall be marked as a FAIL and will not be considered further if the average score (averaged across panel members) achieved for either statements (E), (F), (G), (H), (I), (J) and (K) is less than 3.

Where a response is equal to or greater than 3 for Statements (E), (F), (G), (H), (I), (J) and (K) it shall be weighted in order to calculate a score out of 100 for the 7 statements.

Minimum level(s) of standards possibly required

Please refer to supplementary document reference "TSSC - SPD Technical and Professional Ability Statements” for each individual statement and relative weightings (where applicable).

three.2) Conditions related to the contract

three.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:

A summary of the expected community benefits will be detailed in the procurement 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 to which the Contract Notice relates.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-005256

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

Originally published as:

Date

7 June 2021

Local time

12:00pm

Changed to:

Date

11 June 2021

Local time

12:00pm

See the change notice.

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

31 August 2021

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: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic payment will be used

six.3) Additional information

Interested parties should note that the following documents have been uploaded to “Additional Documents”: -

1. “TSSC Replacement - Descriptive Document - Final.pdf” which provides additional information regarding the service to be delivered and the procurement process.

2. "TSSC - SPD Technical and Professional Ability Statements.pdf" (Question 4C.1 of SPD document refers).

3. “Economic and Financial Standing Evaluation Criteria Ratios and Scoring.pdf” document.

4. “TSSC – Additional Information.pdf” which provides additional information.

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=651144.

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:651144)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=651144

six.4) Procedures for review

six.4.1) Review body

Sheriff Clerk's Office

PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

Internet address

http://www.transport.gov.scot

six.4.2) Body responsible for mediation procedures

Court of Session

Parliament House, Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom