Tender

Traffic, Travel and Transport Data Collection Multi-Supplier Framework Agreement for Transport Scotland 2021-2024/5

  • Transport Scotland

F02: Contract notice

Notice identifier: 2021/S 000-021162

Procurement identifier (OCID): ocds-h6vhtk-02da1a

Published 26 August 2021, 1:35pm



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 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, Travel and Transport Data Collection Multi-Supplier Framework Agreement for Transport Scotland 2021-2024/5

Reference number

TS/TSA/SER/2021/04

two.1.2) Main CPV code

  • 72314000 - Data collection and collation services

two.1.3) Type of contract

Services

two.1.4) Short description

Transport Scotland has identified an on-going need for the services of experienced consultants in relation to the collection of traffic, travel and transport data. Transport Scotland, on behalf of Scottish Ministers, wishes to progress a procurement competition for a Multi-Supplier Framework Agreement. The Framework Agreement will last a duration of 3 years with a 1-year extension option.

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71621000 - Technical analysis or consultancy services
  • 72314000 - Data collection and collation services
  • 71240000 - Architectural, engineering and planning services
  • 71250000 - Architectural, engineering and surveying services
  • 34972000 - Traffic-flow measuring system
  • 71311200 - Transport systems consultancy services
  • 71356300 - Technical support services
  • 71356400 - Technical planning services
  • 71620000 - Analysis services
  • 34970000 - Traffic-monitoring equipment
  • 63712710 - Traffic monitoring services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The scope of services for this framework centre around traditional and contemporary methods of collecting traffic, travel and transport data which will include physical collection of live data and provision of historical datasets. The outline services required may include, but shall not be limited to, the following tasks:

a) Provision of temporary automatic traffic counters;

b) Vehicle counts (manual and video);

c) Vehicle occupancy counts (e.g. Bus, Car, Train, Ferry, Air, etc.);

d) Journey time data (including video and GPS)

e) Car parking data (e.g. occupancy and duration of stay);

f) Surveys;

g) Overtaking and platooning data (e.g. using Automatic Number Plate Recognition or Bluetooth)

h) Origin and Destination data (e.g. using Automatic Number Plate Recognition or Bluetooth);

i) Queue Length data (including manual and video);

j) Roadside interview surveys;

k) Public Transport interview surveys;

l) Household Travel interview surveys;

m) Business Travel interview surveys; and

n) Collation of data obtained from counters and other surveys or datasets.

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: 60

Cost criterion - Name: Final tenders will be assessment against evaluation criteria to determine the most economically advantageous submission. Further information will be included in the tender documents. / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £3,000,000

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

Option to extend for 12 months

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

Envisaged minimum number: 5

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.1.1) 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 Contractor on a regular basis.

In the event that the Contractor’s performance falls below a satisfactory level, the Contractor 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: 3

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

27 September 2021

Local time

12:00pm

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

25 October 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 March 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. 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 BST on 27 September 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 BST on 15 September 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 Website at https://www.publiccontractsscotland.gov.uk/.

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.gov.uk/.

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=659521.

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:

A summary of the expected community benefits can be found in the Supplementary Information Document. For more information see://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

(SC Ref:659521)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=659521

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