- Scope of the procurement
- Lot 1. Transport Planning Consultancy Services
- Lot 2. Transport Model Development and Application Consultancy Services
- Lot 3. Land Use Planning Consultancy Services
- Lot 5. Support for mainstreaming Equality Duties
- Lot 6. Mechanical and Electrical Engineering
- Lot 7. Civil and Structural Engineering and Design
- Lot 8. Rail Engineering
- Lot 9. Telecoms and Signalling
- Lot 4. Climate change adaptation, decarbonisation and energy efficiency consultancy Services
Section one: Contracting authority
one.1) Name and addresses
Strathclyde Partnership for Transport
131 St Vincent Street
Glasgow
G2 5JF
Contact
Anne Finlay
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=AA10382
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
Design Technical and Professional Services Framework
Reference number
21-001
two.1.2) Main CPV code
- 79415200 - Design consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
SPT are seeking to award a framework for Design Technical and Consultancy Services.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £3,000,000
two.2) Description
two.2.1) Title
Transport Planning Consultancy Services
Lot No
1
two.2.2) Additional CPV code(s)
- 71311200 - Transport systems consultancy services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
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 for all or any of our transport planning requirements
-Development and preparation of transport policy, strategy, plans and programmes
-Assist with the preparation of consultation responses and parliamentary inquiries on transport policy matters
-Transport data collection, surveys and modelling
-Research and analysis (including spatial analysis, as applicable) of transport policies, users, infrastructure, modes, networks and systems
-Transport option development and feasibility
-Transport appraisal including TEA, following STAG and WEBTAG
-Business case development, using the 5 Case Model
-Development of monitoring and evaluation plans for transport policy, strategy, interventions and projects
-Impact Assessments, as part of transport policy, strategy and project development processes, including but not limited to -Strategic Environment Assessment
-Equality Impact Assessment
-Health Impact Assessment
-Child’s Rights Impact Assessment
-Island Impact Assessment
-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
-Assist with the preparation and submission of bids/claims for external third-party funding
-Consultation and engagement with elected Members, stakeholders and communities
-Provision of project management support for transport planning activities
Provision of specialist advice, for example, in relation to emerging technologies, or subject specific legal advice
two.2.5) Award criteria
Quality criterion - Name: Methodology and Proposal / Weighting: 50
Quality criterion - Name: Quality & Resilience of Personnel / Weighting: 30
Quality criterion - Name: Risks, Mitigations and Opportunities / Weighting: 20
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
Community benefits (s) will apply to this framework. Those invited to stage 2 of this procurement exercise will be required to state their compliance with community benefits and their adherence to the CBs menu provided. SPT will seek to realise all CBs per organisation annually in arrears. This will be based on the total value of commissions awarded within the previous 12 mnths
two.2) Description
two.2.1) Title
Transport Model Development and Application Consultancy Services
Lot No
2
two.2.2) Additional CPV code(s)
- 71311200 - Transport systems consultancy services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
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 for all or any of our Transport Model Development and Application requirements
-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 SITLUM
- Specification, development and application of transport and traffic models
- Liaise with third-party partners and consultants on the specification, development and application of transport models
two.2.5) Award criteria
Quality criterion - Name: Methodology and Proposal / Weighting: 50
Quality criterion - Name: Quality and Resilience of Personnel / Weighting: 30
Quality criterion - Name: Risks Mitigations and Opportunities / Weighting: 20
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
Community benefits (s) will apply to this framework. Those invited to stage 2 of this procurement exercise will be required to state their compliance with community benefits and their adherence to the CBs menu provided. SPT will seek to realise all CBs per organisation annually in arrears. This will be based on the total value of commissions awarded within the previous 12 mnths
two.2) Description
two.2.1) Title
Land Use Planning Consultancy Services
Lot No
3
two.2.2) Additional CPV code(s)
- 71356400 - Technical planning services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
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 for all or any Land Use Planning requirements
Advising and assisting with the preparation of responses to Planning Legislation, National Planning Framework, Regional Spatial Strategies, Local Development 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 SPT input to Section 75 Planning Agreements
Liaise with third-party partners and consultants for the development of Section 75 Planning Agreements
Advising on Planning matters in relation to SPT’s estate and property requirements
Development of Masterplans
Development of SPT policy and guidance including in relation to:
Developer Contributions / Section 75 agreements to fund transport infrastructure including local bus services
Pre-application consultation
Local Development Plans
Safeguarding of transport infrastructure and alignments
two.2.5) Award criteria
Quality criterion - Name: Methodology and Proposal / Weighting: 50
Quality criterion - Name: Quality and Resilience of Personnel / Weighting: 30
Quality criterion - Name: Risks Mitigations and Opportunities / Weighting: 20
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
Community benefits (s) will apply to this framework. Those invited to stage 2 of this procurement exercise will be required to state their compliance with community benefits and their adherence to the CBs menu provided. SPT will seek to realise all CBs per organisation annually in arrears. This will be based on the total value of commissions awarded within the previous 12 mnths
two.2) Description
two.2.1) Title
Support for mainstreaming Equality Duties
Lot No
5
two.2.2) Additional CPV code(s)
- 98200000 - Equal opportunities consultancy services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
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 for all or any of our Support for mainstreaming Equality Duties requirements
Support development of Equality strategies and plans
Support development of staff and management Equality training plans and advise on their delivery, including the use of digital and in person options
Support the advancement staff of knowledge and capacity associated with the Equality Act (2010) or related
Develop and carry out equality impact assessments for transport policies, projects and operations
Develop and recommend mitigation actions for adverse equality impacts
Monitoring and evaluation of Equality strategies and plans
Advise on SPT’s statutory duties and obligations associated with the Equality Act (2010) or related
Assist with the preparation of consultation responses associated with equality and the Equality Act (2010) or related
Liaise with partnerships and stakeholders on matters associated with equality and the Equality Act (2010) or related
Consultation and engagement with elected Members, stakeholders and communities
Support internal and external communications on matters associated with equality and the Equality Act (2010) or related
two.2.5) Award criteria
Quality criterion - Name: Methodology and Proposal / Weighting: 50
Quality criterion - Name: Quality and Resilience of Personnel / Weighting: 30
Quality criterion - Name: Risk Mitigations and Opportunities / Weighting: 20
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
Community benefits (s) will apply to this framework. Those invited to stage 2 of this procurement exercise will be required to state their compliance with community benefits and their adherence to the CBs menu provided. SPT will seek to realise all CBs per organisation annually in arrears. This will be based on the total value of commissions awarded within the previous 12 mnths
two.2) Description
two.2.1) Title
Mechanical and Electrical Engineering
Lot No
6
two.2.2) Additional CPV code(s)
- 71334000 - Mechanical and electrical engineering services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
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 for all or any of our Mechanical and Electrical Engineering requirements:
- Mechanical and Electrical Engineering Design;
- Heating/Energy System and Lighting Design;
- Mechanical and Electrical Surveys
- Analysis, Simulation, Testing and Modelling;
- Planned preventative maintenance;
- Facilities management;
- Stock/Spares Control;
- Safety, Reliability and Performance Improvement;
- Failure Root Cause analysis;
- Reverse Engineering (for specification determination);
- Cost-estimating including whole life estimates; and
- Obsolescence management.
two.2.5) Award criteria
Quality criterion - Name: Methodology and Proposal / Weighting: 50
Quality criterion - Name: Quality and Resilience of Staff / Weighting: 30
Quality criterion - Name: Risk Mitigations and Opportunities / Weighting: 20
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
Community benefits (CBs) will apply to this framework. Those invited to stage 2 of this procurement exercise will be required to state their compliance with community benefits and their adherence to the CBs menu provided. SPT will seek to realise all CBs per organisation annually in arrears. This will be based on the total value of commissions awarded within the previous 12 mnths
two.2) Description
two.2.1) Title
Civil and Structural Engineering and Design
Lot No
7
two.2.2) Additional CPV code(s)
- 71311000 - Civil engineering consultancy services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
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 for all or any of our Civil and Structural Engineering requirements:
- Civil Engineering;
- Structural Engineering;
- Permanent Way Design (Ballasted & Concrete Trackbed);
- Tunnelling including Refurbishment & Maintenance;
- Groundwater and geotechnical
- Architectural Design
- Building Refurbishment;
- Drainage Design and Water and Waste Water Engineering;
- Geotechnical Engineering;
- Roads, Highways, Bridges & Infrastructure Engineering;
- Specialised Transport Engineering Services for Bus Train Station Development;
- Cycle way Design;
- Flood risk assessments;
- Master planning;
- Desk Studies; and
- Pedestrian Way Design;
two.2.5) Award criteria
Quality criterion - Name: Methodology and Proposal / Weighting: 50
Quality criterion - Name: Quality and Resilience of Personnel / Weighting: 30
Quality criterion - Name: Risk, Mitigation and Opportunities / Weighting: 20
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
Community benefits (s) will apply to this framework. Those invited to stage 2 of this procurement exercise will be required to state their compliance with community benefits and their adherence to the CBs menu provided. SPT will seek to realise all CBs per organisation annually in arrears. This will be based on the total value of commissions awarded within the previous 12 mnths
two.2) Description
two.2.1) Title
Rail Engineering
Lot No
8
two.2.2) Additional CPV code(s)
- 71311230 - Railway engineering services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
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 for all or any of our Rail Engineering requirements:
- Railway engineering systems design including rolling stock, battery powered locomotives,
- 3rd rail high voltage traction power supply and distribution, and permanent way ;
- Track gauging
- Rolling stock M&E
- End of life and New Fleet Commissioning Expertise;
- Railway engineering systems maintenance planning and optimisation;
- Railway engineering systems operation policy and procedures; and
- Railway systems legislation, standards and compliance
two.2.5) Award criteria
Quality criterion - Name: Methodology and Proposal / Weighting: 50
Quality criterion - Name: Quality and Resilience of Personnel / Weighting: 30
Quality criterion - Name: Risks Mitigations and Opportunities / Weighting: 20
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
Community benefits (s) will apply to this framework. Those invited to stage 2 of this procurement exercise will be required to state their compliance with community benefits and their adherence to the CBs menu provided. SPT will seek to realise all CBs per organisation annually in arrears. This will be based on the total value of commissions awarded within the previous 12 mnths
two.2) Description
two.2.1) Title
Telecoms and Signalling
Lot No
9
two.2.2) Additional CPV code(s)
- 71316000 - Telecommunication consultancy services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
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 for all or any of our Signalling, Telecoms and Control Systems requirements:
- Railway signalling systems;
- Telecommunications;
- Control systems (wayside, centralised and train borne control systems);
- Automatic Train Operation, Automatic Train Protection and Automatic Train Control systems (ATO, ATP and ATC);
- Software Engineering & Design;
- Radio communication systems;
- Vandal resilient and object detection technologies,
- Sub-surface signalling;
- Telecoms and controls systems expertise; and
- Fibre Optic/WIFI Communication Systems.
two.2.5) Award criteria
Quality criterion - Name: Methodology and Proposal / Weighting: 50
Quality criterion - Name: Quality and Resilience of Personnel / Weighting: 30
Quality criterion - Name: Risks Mitigations and Opportunities / Weighting: 20
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
Community benefits (s) will apply to this framework. Those invited to stage 2 of this procurement exercise will be required to state their compliance with community benefits and their adherence to the CBs menu provided. SPT will seek to realise all CBs per organisation annually in arrears. This will be based on the total value of commissions awarded within the previous 12 mnths
two.2) Description
two.2.1) Title
Climate change adaptation, decarbonisation and energy efficiency consultancy Services
Lot No
4
two.2.2) Additional CPV code(s)
- 71314300 - Energy-efficiency consultancy services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow
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 for all or any of our Climate change adaptation, decarbonisation and energy efficiency requirements
Develop climate change adaptation, decarbonisation and energy efficiency strategies, plans and projects
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
Monitoring and evaluation of adaptation, decarbonisation and energy efficiency policies, plans and projects
Identify applicable third-party funding sources and assist with the preparation and submission of bids/claims
Advise on SPT’s statutory duties and obligations related to Scottish Government Climate Change legislation and plans
Assist with the preparation of input to partner processes, partnership working arrangements and consultation responses related to climate change, decarbonisation and energy efficiency
Liaise with partnerships and stakeholders on matters related to climate change policy, decarbonisation and energy efficiency
Consultation and engagement with elected Members, stakeholders and communities
two.2.5) Award criteria
Quality criterion - Name: Methodology and Proposal / Weighting: 50
Quality criterion - Name: Quality and Resilience of Personnel / Weighting: 30
Quality criterion - Name: Risk Mitigations and Opportunities / Weighting: 20
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
Community benefits (s) will apply to this framework. Those invited to stage 2 of this procurement exercise will be required to state their compliance with community benefits and their adherence to the CBs menu provided. SPT will seek to realise all CBs per organisation annually in arrears. This will be based on the total value of commissions awarded within the previous 12 mnths
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 000-028346
Section five. Award of contract
Lot No
1
Title
Transport Planning Consultancy Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 July 2022
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 000
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
AECOM
City Point 2, 25 Tyndrum Street
Glasgow
G4 0JY
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
No
five.2.3) Name and address of the contractor
Jacobs
160 Dundee Street
Edinburgh
EH11 1DQ
Country
United Kingdom
NUTS code
- UKM75 - Edinburgh, City of
The contractor is an SME
No
five.2.3) Name and address of the contractor
Sweco UK Limited
Grove House, Mansion Gate Drive
Leeds
LS7 4DN
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Stantec UK Limited
Fifth Floor, Lomond House, 9 George Square
Glasgow
G2 1DY
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
No
five.2.3) Name and address of the contractor
SYSTRA LIMITED
The Centrum Business Centre Limited, 38 Queen Street
GLASGOW
G1 3DX
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
No
five.2.3) Name and address of the contractor
Mott MacDonald
1 Atlantic Quay, Broomielaw
Glasgow
G2 8JB
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £333,000
Section five. Award of contract
Lot No
2
Title
Transport Model Development and Application Consultancy Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 July 2022
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 000
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
AECOM
225 Bath Street
Glasgow
G2 4GZ
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
No
five.2.3) Name and address of the contractor
Jacobs
160 Dundee Street
Edinburgh
EH11 1DQ
Country
United Kingdom
NUTS code
- UKM75 - Edinburgh, City of
The contractor is an SME
No
five.2.3) Name and address of the contractor
Stantec UK Limited
Fifth Floor, Lomond House, 9 George Square
Glasgow
G2 1DY
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
No
five.2.3) Name and address of the contractor
Sweco UK Limited
Grove House, Mansion Gate Drive
Leeds
LS7 4DN
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
No
five.2.3) Name and address of the contractor
SYSTRA LIMITED
The Centrum Business Centre Limited, 38 Queen Street
GLASGOW
G1 3DX
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £330,000
Section five. Award of contract
Lot No
5
Title
Support for mainstreaming Equality Duties
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 July 2022
five.2.2) Information about tenders
Number of tenders received: 2
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: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
AECOM
225 Bath Street
Glasgow
G2 4GZ
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
No
five.2.3) Name and address of the contractor
Direct Access Consultancy Limited
Heritage House, Rhosddu Industrial Estate
Rhosrobin
LL11 4YL
Country
United Kingdom
NUTS code
- UKL23 - Flintshire and Wrexham
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £330,000
Section five. Award of contract
Lot No
6
Title
Mechanical and Electrical Engineering
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 July 2022
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Arcadis Consulting (UK) Limited
180 West George Street
Glasgow
G2 2NR
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
AECOM
225 Bath Street
Glasgow
G2 4GZ
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
No
five.2.3) Name and address of the contractor
Troup Bywaters + Anders
36 North Castle Street
Edinburgh
EH2 3BN
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Viridis Building Services Ltd
Unit 60, Sterling Business Centre, Wellgreen Road
Stirling
FK8 2DZ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Rybka (Main Contacts)
24 Rutland Street
Edinburgh
EH1 2AN
Country
United Kingdom
NUTS code
- UKM75 - Edinburgh, City of
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £330,000
Section five. Award of contract
Lot No
7
Title
Civil and Structural Engineering and Design
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 July 2022
five.2.2) Information about tenders
Number of tenders received: 11
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: 11
Number of tenders received by electronic means: 11
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Arcadis
180 West George Street
Glasgow
G2 2NR
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
No
five.2.3) Name and address of the contractor
COWI UK Ltd
Eastfield, Church Street
Uttoxeter
ST14 8AA
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Capita Property and Infrastructure Ltd
30 Berners Street
London
W1T 3LR
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
AECOM
225 Bath Street
Glasgow
G2 4GZ
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Ove Arup & Partners Ltd
13 Fitzroy Street
London
W1T 4BQ
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
No
five.2.3) Name and address of the contractor
Stantec UK Limited
Fifth Floor, Lomond House, 9 George Square
Glasgow
G2 1DY
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
No
five.2.3) Name and address of the contractor
WSP Ltd
WSP House, 70 CHANCERY LANE
London
WC2A 1AF
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Kiloh Associates
Exactive House, Unit 6 Pitreavie Court, , Pitreavie Business Park, Dunfermline
Fife
KY11 8UU
Country
United Kingdom
NUTS code
- UKM75 - Edinburgh, City of
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £330,000
Section five. Award of contract
Lot No
8
Title
Rail Engineering
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 July 2022
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 000
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
AECOM
225 Bath Street
Glasgow
G2 4GZ
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
No
five.2.3) Name and address of the contractor
WSP Ltd
WSP House, 70 CHANCERY LANE
London
WC2A 1AF
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Arcadis
180 West George Street
Glasgow
G2 2NR
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
No
five.2.3) Name and address of the contractor
Arup
1 West Regent St
Glasgow
G2 1RW
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £330,000
Section five. Award of contract
Lot No
9
Title
Telecoms and Signalling
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 July 2022
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 000
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Arcadis
180 West George Street
Glasgow
G2 2NR
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
WSP
7 Lochside View, Edinburgh Park
Edinburgh
EH12 9DH
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
No
five.2.3) Name and address of the contractor
Egis Rail
170 avenue Thiers
Lyon
69006
Country
United Kingdom
NUTS code
- UKZ - Extra-Regio NUTS 1
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £330,000
Section five. Award of contract
Lot No
3
Title
Land Use Planning Consultancy Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 July 2022
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 000
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
AECOM
225 Bath Street
Glasgow
G2 4GZ
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £330,000
Section five. Award of contract
Lot No
4
Title
Climate change adaptation, decarbonisation and energy efficiency consultancy Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
7 July 2022
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 000
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Mott MacDonald Limited
Floor 1 Greenside, 12 Blenheim Place
Edinburgh
EH7 5JH
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Frazer Nash Consultancy
8 Nelson Mandela Place
Glasgow
G11BT
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
No
five.2.3) Name and address of the contractor
Stantec UK Limited
Fifth Floor, Lomond House, 9 George Square
Glasgow
G2 1DY
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
No
five.2.3) Name and address of the contractor
Sweco UK Limited
Grove House, Mansion Gate Drive
Leeds
LS7 4DN
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
SYSTRA LIMITED
The Centrum Business Centre Limited, 38 Queen Street
GLASGOW
G1 3DX
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £330,000
Section six. Complementary information
six.3) Additional information
This is a two stage procurement exercise.
The terms and conditions for any call-off from the framework will be under the NEC 3 Professional Services Contract which will include SPT's Z-clauses. SPT reserve the right to transition to NEC 4 professional services contract during the life of the framework. Terms and conditions will be issued at call-off stage and will be pertinent to the individual commission.
It is anticipated that a tenderer presentation in respect of SPT future requirements will be held at stage two of this procurement exercise.
Community benefits will apply to this framework. Tenderers invited to stage two of this procurement exercise will be expected to state their compliance with the community benefits points calculator issued by SPT. Community benefits points will be accumulated and applied annually in arrears.
The commercial and quality weightings for award to the framework are technical 60% and commercial 40%. SPT reserve the right to change these weightings for mini-competitions from the lots. The technical criteria for mini-competition evaluation will be:
Proposal and Methodology
Programme
Quality & Resilience of Personnel
Risk, Mitigation and Opportunity
Community Benefits
SPT reserve the right to direct award call-offs from the framework up to the value of GBP50,000
All values stated in this notice are estimates as this is a framework award.
(SC Ref:702378)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
GLASGOW
G5 9DA
Country
United Kingdom