Section one: Contracting authority
one.1) Name and addresses
Transport Scotland
Buchanan House, 58 Port Dundas Road
Glasgow
G4 0HF
Contact
Caroline Gregory
Caroline.Gregory@transport.gov.scot
Telephone
+44 1412727100
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
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.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
Multiple Supplier Framework Agreement for Maritime Consultancy Services
Reference number
TS/AMFC/SER/2021/01
two.1.2) Main CPV code
- 72224000 - Project management consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of Consultancy Services to support a number of maritime transport projects over the life of the framework agreement.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £2,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 79410000 - Business and management consultancy services
- 79411000 - General management consultancy services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Scottish Ministers Vision for Scotland's transport system is set out in the National Transport Strategy (2020), The Vision states "We will have a sustainable, inclusive, safe and accessible transport system, helping deliver a healthier, fairer and more prosperous Scotland for communities, businesses and visitors". The Vision is underpinned by Priorities and Outcomes and is the basis upon which decisions on Scotland's transport policies will be made and evaluated.
The four Priorities to deliver the Nations Transport Strategy Vision are: reduces inequalities;
takes climate action; helps deliver inclusive economic growth; and improves health
and wellbeing.
The Employer has identified a continuing need for the provision of maritime transportation consultancy services to assist the Scottish Ministers acting through Transport Scotland in the provision of Maritime Services.
It is anticipated that the Framework Agreement will be used predominantly by the Transport Scotland Ferries Unit but it will be available for use by all directorates of Transport Scotland, to assist in the delivery of various transport projects.
It is envisaged that the Framework Agreement will comprise two main areas, namely: Maritime Transportation and Economic and Financial Advice and support; Maritime Procurement and Contract Management Advice and Support. However, the Scottish Ministers may require other alternative, varied or additional services to be undertaken from time to time during the term of the Framework Agreement.
Typical services which may be required are as follows:
1. Maritime Transportation and Economic and Financial Advice and Support. This includes the provision of economic and financial advice in the maritime area. For example, this may include: support for strategy and policy development; supporting Transport Scotland in delivery of e.g. NTS, STPR2, ICP, CCP; modelling and analysis; assessment of transport markets and competition; demand analysis and forecasting; measurement of benefits and monitoring and evaluation of transport services; costing and revenue studies; application of the Scottish Transport Appraisal Guidance in a maritime context; advice on maritime operations and timetabling; consideration of vessel design options and harbour infrastructure requirements (including environmental impacts); consultation events, workshops and presentations with or on behalf of Transport Scotland.
2. Maritime Procurement and Contract Management Advice and Support. For example, Procurement support including the drafting of technical and commercial maritime related procurement and contract clauses; assisting in the writing or editing of government policy, legislation, technical standard or specification on a maritime related subject; identifying, assessing and managing risks; supporting consultation processes and procedures.
The supplier will be procured through the restricted procedure, a competitive tender procedure under the Public Contracts (Scotland) Regulations 2015. This is a two-stage procedure, comprising a prequalification stage and a tender stage. Section II.2.9 of this Contract Notice describes the criteria for choosing the limited number of candidates.
In order to be considered for the prequalification stage, economic operators are required to complete and submit an SPD, which can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk)
It is anticipated that a total of up to 5 economic operators will be invited to tender stage.
two.2.5) Award criteria
Quality criterion - Name: Quality criterion: Staff and/or Resources; Approach to service delivery; Risk management; Community Benefits, and Fair working practices. / Weighting: 60
Price - Weighting: 40
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 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 Reg 58(1)-(3) of the PCS Regs 2015 or at the discretion (if exercised so as to exclude) of TS under Regs 58(4) or 58(8), shall be excluded from this procurement competition.
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
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 000-014095
Section five. Award of contract
Contract No
TS/AMFC/SER/2021/01
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
8 June 2022
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Stantec UK Limited
Fifth Floor, Lomond House, 9 George Square
Glasgow
G2 1DY
Telephone
+44 1413522360
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
No
five.2.3) Name and address of the contractor
Fisher Advisory Ltd
September House, Boughmore Road
Sidmouth
EX10 8SH
Telephone
+44 1590643184
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Turner & Townsend Project Management Limited
Atria One, Level 2, 144 Morrison Street
Edinburgh
EH3 8EX
Telephone
+44 1313473469
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £2,000,000
Section six. Complementary information
six.3) Additional information
For full additional information please refer to document - VI.3) Supplementary Additional Information saved in additional documents.
The Scottish Ministers shall not evaluate any SPD 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 in achieving the specified deadline is the sole responsibility of the economic operator. 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.
Economic operators which alter their composition after making a submission or whose position has materially changed will be the subject of re-evaluation. Transport Scotland reserves the right, at any point, to request current and up-to-date information to enable re-evaluation of any economic operator. As set out in accordance with section II.2.9 above, an economic operator who no longer has the requisite: technical or professional ability; human resources; or economic and financial standing, as required under this Contract Notice shall be excluded from this procurement competition.
Any request by economic operator’s for clarification of any part of the documentation shall be made using the Question and Answer feature on the Public Contract Scotland portal. If the query is commercially sensitive then it should be made to the following email address:
Caroline.Gregory@transport.gov.scot.
The decision whether a request for clarification shall be considered commercially sensitive or not rests solely at the absolute discretion of the Scottish Ministers. The deadline to submit questions relating to the submission is 12:00 noon GMT on 6 July 2021.
(SC Ref:697116)
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