Tender

MFA for Transport and Land-Use Modelling, Appraisal and Transport Planning Services (2021-2024/5)

  • Transport Scotland

F02: Contract notice

Notice identifier: 2021/S 000-011395

Procurement identifier (OCID): ocds-h6vhtk-02a7de

Published 21 May 2021, 5:14pm



Section one: Contracting authority

one.1) Name and addresses

Transport Scotland

Buchanan House, 58 Port Dundas Road

Glasgow

G4 0HF

Contact

Stephen Cragg

Email

Stephen.Cragg@transport.gov.scot

Telephone

+44 1412727570

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 to the above-mentioned address

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

MFA for Transport and Land-Use Modelling, Appraisal and Transport Planning Services (2021-2024/5)

Reference number

TS/TSA/SER/2021/01

two.1.2) Main CPV code

  • 71311200 - Transport systems consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Transport Scotland on behalf of the Scottish Ministers has identified an on-going need for the services of experienced consultants to carry

out services in connection with Transport and Land-Use Modelling and Transport Appraisal and Planning. Transport Scotland, on behalf of

the Scottish Ministers, wishes to progress a procurement competition for a Multi-Supplier Framework Agreement. The Framework

Agreement, to cover 3 years with a 1-year extension option, will be available for use by Regional Transport Partnerships and other Scottish

Government Directorates. The framework will consist of the following Lots:

- Lot 1 is for Development, Update and Application of Transport Models;

- Lot 2 is for Advice on the Case for Transport Investment;

- Lot 3 is for Development, Update and Application of Economic and Land-Use Models; and

- Lot 4 is for Transport Planning Advice.

two.1.5) Estimated total value

Value excluding VAT: £11,500,000

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

Development, Update and Application of Transport Models

Lot No

1

two.2.2) Additional CPV code(s)

  • 71311210 - Highways consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71621000 - Technical analysis or consultancy services
  • 71311000 - Civil engineering consultancy services
  • 71311230 - Railway engineering services
  • 79310000 - Market research services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The scope of Lot 1 Services is centred around general updates to the Transport Model for Scotland (TMfS) and keeping future year scenarios up to date. This will include providing advice, improving and maintaining a new suite of scenario-based transport models. The Services will also include adding and improving functionality to new or existing models, including TMfS, second-tier models (regional models) and third-tier models (local area models). During the framework period, a National Accessibility Model will be adopted into LATIS Lot 1 and will be part of the development and maintenance requirement. It should be noted that most of the current LATIS models have some degree of interface to the national Transport, Economic and Land-use Model of Scotland (TELMoS). All Lot 1 models exist to support the Scottish Ministers in the testing and appraisal of projects and policies and while these have traditionally focussed on road and rail projects, the modelling framework is expanding to address a wider range of policies, scenarios and metrics, reflecting the outcomes sought by the second National Transport Strategy (NTS2).

two.2.5) Award criteria

Quality criterion - Name: Assessment will be based on tenderer’s approach to execution and delivery of services; providing suitable staff; management of resources and risks; innovation; adding value and community benefits. / Weighting: 70

Cost criterion - Name: Final tenders will be assessed against evaluation criteria to determine the most economically advantageous submission. Further information will be included in the tender documents. / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £4,600,000

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

The potential exists for a 12-month extension.

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 5 economic operators be taken forward to tender participation stage. These economic operators shall be those who have:

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

(ii) satisfied the relevant selection criteria under the exclusion grounds;

(iii) (a) Minimum standards of eligibility — provided evidence of working on specified types of projects; and

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

(iv) has in place quality, environmental and health and safety management systems;

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

(vi) achieved the first, second, third, fourth or fifth highest combined weighted scores in respect of technical or professional ability calculated in accordance with the responses to Statements (c), (d) and (e) (refer to Section III.1.3).

However, if an economic operator has not submitted a compliant submission as described in (i) above, failed in respect of either (ii), (iii), (iv), (v), or (vi) above, then that economic operator shall be excluded from the ranking of scores described in (vi) as above.

Economic operators shall be required to self-certify their adherence to the above selection criteria via the SPD. Suppliers shall be required to submit appropriate means of proof at a later stage as stated in Regulation 60 of the Public Contracts (Scotland) Regulations 2015.

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

Development, Update and Application of Economic and Land-Use Models

Lot No

3

two.2.2) Additional CPV code(s)

  • 71311210 - Highways consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71621000 - Technical analysis or consultancy services
  • 71311000 - Civil engineering consultancy services
  • 71311230 - Railway engineering services
  • 79310000 - Market research services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Services under Lot 3 will primarily relate to the development, update and application of the Transport, Economic and Land-Use Model of Scotland (TELMoS) to facilitate the output of strategic transport and land-use planning advice for authorities and third parties. TELMoS will have many interactions with modelling and policy appraisal work undertaken within the other three Lots and an understanding of their requirements is essential. The delivery of Lot 3 Services will require an active and collaborative role to be undertaken in the model audit process on TELMoS, and also on audits of other LATIS models where there is functional interaction with TELMoS. All modelling work undertaken in Lot 3 is to support the Scottish Ministers in the testing and appraisal of projects and policies and while these have traditionally focussed on road and rail projects, the modelling framework is expanding to address a wider range of policies, scenarios and metrics, reflecting the outcomes sought by the second National Transport Strategy (NTS2).

two.2.5) Award criteria

Quality criterion - Name: Assessment will be based on tenderer’s approach to execution and delivery of services; providing suitable staff; management of resources and risks; innovation; adding value and community benefits. / Weighting: 70

Cost criterion - Name: Final tenders will be assessed against evaluation criteria to determine the most economically advantageous submission. Further information will be included in the tender documents. / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £1,150,000

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

The potential exists for a 12-month extension.

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 5 economic operators be taken forward to tender participation stage. These economic operators shall be those who have:

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

(ii) satisfied the relevant selection criteria under the exclusion grounds;

(iii) (a) Minimum standards of eligibility — provided evidence of working on specified types of projects over a specified value; and

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

(iv) has in place quality, environmental and health and safety management systems;

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

(vi) achieved the first, second or third highest combined weighted scores in respect of technical or professional ability calculated in accordance with the responses to Statements (b),(c) and (d) (refer to Section III.1.3).

However, if an economic operator has not submitted a compliant submission as described in (i) above, failed in respect of either (ii), (iii), (iv), (v), or (vi) above, then that economic operator shall be excluded from the ranking of scores described in (vi) as above.

Economic operators shall be required to self-certify their adherence to the above selection criteria via the SPD. Suppliers shall be required to submit appropriate means of proof at a later stage as stated in Regulation 60 of the Public Contracts (Scotland) Regulations 2015.

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

Advice on the Case for Transport Investment

Lot No

2

two.2.2) Additional CPV code(s)

  • 71311210 - Highways consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71621000 - Technical analysis or consultancy services
  • 71311000 - Civil engineering consultancy services
  • 71311230 - Railway engineering services
  • 79310000 - Market research services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Lot 2 Services relate to the development of business cases for transport policies, programmes and key priority projects. The work undertaken should align with Transport Scotland’s published guidance on the development of business cases and align with Scottish Transport Appraisal Guidance (STAG). The focus of Lot 2 Services is the preparation of business cases which provide the rationale for a project, policy or programme following the process outlined by HM Treasury’s Five Case Model set. This will principally entail advising on the on ‘The Strategic Case’ and ‘The Socio-Economic Case’ at the Strategic, Outline and Final stages of business case development. The Services may also require inputs to ‘The Commercial Case’, ‘The Financial Case’ and ‘The Management Case’ of the Outline and Final stages. Framework Suppliers need to have an awareness of the increasingly wide range of factors and policy drivers influencing the Employer requirements to be able to appraise policies and projects that reflect the outcomes sought by NTS2.

two.2.5) Award criteria

Quality criterion - Name: Assessment will be based on tenderer’s approach to execution and delivery of services; providing suitable staff; management of resources and risks; innovation; adding value and community benefits. / Weighting: 70

Cost criterion - Name: Final tenders will be assessed against evaluation criteria to determine the most economically advantageous submission. Further information will be included in the tender documents. / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £2,875,000

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

The potential exists for a 12-month extension.

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:

Objective criteria for choosing the limited number of candidates:

It is intended that 5 economic operators be taken forward to tender participation stage. These economic operators shall be those who have:

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

(ii) satisfied the relevant selection criteria under the exclusion grounds;

(iii) (a) Minimum standards of eligibility — provided evidence of working on specified types of projects; and

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

(iv) has in place quality, environmental and health and safety management systems;

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

(vi) achieved the first, second, third, fourth or fifth highest combined weighted scores in respect of technical or professional ability calculated in accordance with the responses to Statements (e), (f) and (g) (refer to Section III.1.3).

However, if an economic operator has not submitted a compliant submission as described in (i) above, failed in respect of either (ii), (iii), (iv), (v), or (vi) above, then that economic operator shall be excluded from the ranking of scores described in (vi) as above.

Economic operators shall be required to self-certify their adherence to the above selection criteria via the SPD. Suppliers shall be required to submit appropriate means of proof at a later stage as stated in Regulation 60 of the Public Contracts (Scotland) Regulations 2015.

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 Advice

Lot No

4

two.2.2) Additional CPV code(s)

  • 71311210 - Highways consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71621000 - Technical analysis or consultancy services
  • 71311000 - Civil engineering consultancy services
  • 71311230 - Railway engineering services
  • 79310000 - Market research services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Lot 4 entails a broad array of transport planning services. Advising upon and auditing the full range of traffic, transport and land-use models and business cases that support transport projects, programmes and policies in accordance with STAG, the Design Manual for Roads and Bridges (DMRB), Governance for Railway Investment Projects (GRIP) and HM Treasury and Transport Scotland guidance on business cases. The scope embraces national models (TMfS and TELMoS); second-tier models (regional models) and third-tier models (local area models). In addition, advice, audit and appraisal Services are required to support the development of business cases for transport projects and policies. Lot 4 also requires the provision of expert advice on Transport Appraisals undertaken by Transport Scotland and other parties for projects, development plans and policies. Further, this Lot will entail the evaluation of all transport projects in accordance with the appropriate guidance, such as Scottish Trunk Road Infrastructure Project Evaluation (STRIPE); rail projects evaluation and HM Treasury's Magenta book. In all aspects of Lot 4 Services the Framework Suppliers need to have an awareness of the increasingly wide range of factors and policy drivers influencing the Employer requirements to be able to appraise all transport proposals and evaluate project outcomes against the policy objectives of NTS2.

two.2.5) Award criteria

Quality criterion - Name: Assessment will be based on tenderer’s approach to execution and delivery of services; providing suitable staff; management of resources and risks; innovation; adding value and community benefits. / Weighting: 70

Cost criterion - Name: Final tenders will be assessed against evaluation criteria to determine the most economically advantageous submission. Further information will be included in the tender documents. / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £2,875,000

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

The potential exists for a 12-month extension.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

It is intended that 6 economic operators be taken forward to tender participation stage. These economic operators shall be those who have:

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

(ii) satisfied the relevant selection criteria under the exclusion grounds;

(iii) (a) Minimum standards of eligibility — provided evidence of working on specified types of projects over a specified value; and

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

(iv) has in place quality, environmental and health and safety management systems;

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

(vi) achieved the first, second, third, fourth, fifth or sixth highest combined weighted scores in respect of technical or professional ability calculated in accordance with the responses to Statements (d), (e) and (f) (refer to Section III.1.3).

However, if an economic operator has not submitted a compliant submission as described in (i) above, failed in respect of either (ii), (iii), (iv), (v), or (vi) above, then that economic operator shall be excluded from the ranking of scores described in (vi) as above.

Economic operators shall be required to self-certify their adherence to the above selection criteria via the SPD. Suppliers shall be required to submit appropriate means of proof at a later stage as stated in Regulation 60 of the Public Contracts (Scotland) Regulations 2015.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The potential exists for a 12-month extension.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Economic operators must be enrolled in the relevant professional or trade registers kept in the member state of its establishment (as described in Schedule 5 of the Public Contracts (Scotland) 2015) (e.g. registered under Companies House). Economic operators should provide details under SPD Question ref 4A.1.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Economic Operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards,

Economic Operators shall:

(a) in response to SPD, Question Ref. 4B.1a provide the specified annual turnover for the last two years of trading, or for the period which

is available if trading for less than two years;

(b) in response to SPD, Question Ref. 4B.6 provide the name, value and/or range of NINE financial criteria for the last two years of

trading, or for the period which is available if trading for less than two years; and

(c) in response to SPD, Question Ref. 4B.5 confirm they already have or can commit to obtain, prior to commencement of the contract the

required levels of insurance.

In addition to the information requested under (a) and (b), economic operators are required to provide a link/copies of the associated annual

accounts as filed at Companies House (or equivalent if not a UK registered company) for the last two years of trading, or for the period

which is available if less than two years.

This information has been requested to enable Transport Scotland to perform their own assessment and confirm the financial ratios

submitted. Ultimately, ensuring the correct score is allocated, and to ensure no misinterpretation. Where there exist differences in ratios,

between those provided and those calculated by Transport Scotland, clarification will be sought.

Minimum level(s) of standards possibly required

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

Evaluation Criteria Ratios (Question Ref. 4B.6)

The financial information received under SPD, Question Ref. 4B.6 shall be evaluated and scored out of 50 by allocating a score against nine individual economic and financial standing evaluation criteria, namely:

1. Acid Test Ratio

2. Cash Interest Cover Ratio

3. Return on Capital Employed

4. Operating Profit Ratio

5. Net Worth

6. Gearing

7. Annual Contract Value to Turnover

8. Filed Accounts

9. Audit Report

The individual scores shall be weighted , with the most recent (“Year 1”) financial statements weighted at 67% and the previous (“Year 2”)

statements being weighted at 33%, to form an aggregated score for each of the nine criteria over the two years.

The maximum cumulative score resulting from the summation of the nine economic and financial standing aggregated scores shall be 50 marks. A submission shall be marked as a FAIL and will not be considered further if the score achieved by a Single Economic Operator or a Group of Economic Operators is less than 50 percent of the available marks. The scoring mechanism can be downloaded via the Public

Contracts Scotland portal www.publiccontractsscotland.gov.uk.

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

Insurance (Question Ref. 4B.5)

In response to Question Ref. 4B.5 Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance:

Employer’s Liability Insurance = 5 000 000 GBP

Public Liability Insurance = 5 000 000 GBP

Professional Indemnity Insurance = 5 000 000 GBP

In responding to Question Ref. 4B.5a,4B.5b and 4B.5c of the SPD, where the bidder ticks the box “No, and I cannot commit to obtain it”

they shall be marked as FAIL.

three.1.3) Technical and professional ability

List and brief description of selection criteria

The selection criteria are set out in the SPD, Part IV Selection Criteria, section 4C Technical and Professional Ability and section 4D Quality Assurance Schemes and Environmental Management Standards. The requirements relate to:

- Relevant examples of work (including SCORED AND WEIGHTED) statements of bidders' experience) [SPD 4C1]

- Educational and professional qualifications [SPD 4C6]

- Quality assurance [SPD 4D1]

- Environmental Management [SPD 4D2]

The Scottish Ministers additionally require bidders to respond on health and safety management standards.

Minimum level(s) of standards possibly required

The minimum standard are set out in the SPD, Part IV Selection Criteria, section 4C Technical and Professional Ability and section 4D Quality Assurance Schemes and Environmental Standards.

Selection criteria are marked as PASS/FAIL, with the exception of the SCORED AND WEIGHTED statements of bidders' experience. Full details are given in the SPD.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

It is the Employer’s policy to measure the performance of each Consultant on a regular basis.

In the event that the Consultant’s performance falls below a satisfactory level, the Consultant will be invited to determine a means of rectifying the situation. Repeated or continual service failures may result in suspension or termination of the contract.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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: 11

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 000-008301

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

Date

21 June 2021

Local time

12:00pm

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

16 July 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

Tender must be valid until: 31 January 2022


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

Transport Scotland will conduct the proposed procurement process for the Contract on behalf of the Scottish Ministers. In the event of the conclusion of the contract, it is the intention that the Contract will be entered into between the Scottish Ministers and the 3 most economically advantageous tenderers for Lots 1 and 2, the single most economically advantageous tender for Lot 3, and the 4 most economically advantageous tenderers for Lot 4.

Each selected economic operator shall be invited to submit a Tender on the same contract terms.

The submission, comprising the completed SPD, shall be submitted via the Public Contracts Scotland portal, by no later than 12:00hrs GMT on 18 June 2021.

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 out with 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 12:00hrs GMT on 7 June 2021.

For this procurement suppliers will be required to undertake a cyber security assessment. This will be conducted using the public sector Cyber Security Procurement Support Tool (CSPST) and more details are contained in the accompanying Supplementary Information Document (SID).

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=566784.

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.

Download the SPD document here: https://www.publiccontractsscotland.

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=643822.

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:

Further information is included in the Supplementary Information Document.

(SC Ref:643822)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=643822

six.4) Procedures for review

six.4.1) Review body

Sheriff Clerk's Office

PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Country

United Kingdom