Section one: Contracting authority
one.1) Name and addresses
Dundee City Council
Dundee House, 50 North Lindsay Street
Dundee
DD1 1NZ
Contact
Claire Petrie
claire.petrie@dundeecity.gov.uk
Telephone
+44 1382434000
Fax
+44 1382433045
Country
United Kingdom
NUTS code
UKM71 - Angus and Dundee City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220
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
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
TENDER FOR THE PROVISION OF BUS PRIORITISATION CONSULTANCY AND PROJECT MANAGEMENT
Reference number
PROC/CD/11/21
two.1.2) Main CPV code
- 60000000 - Transport services (excl. Waste transport)
two.1.3) Type of contract
Services
two.1.4) Short description
Following on from a successful bid to Transport Scotland’s Bus Partnership fund the Tayside Bus Alliance requests the consultants to undertake full Scottish Transport Appraisal Guidance (STAG) appraisals for 20 bus priority corridors in the Tayside Bus Alliance area. These appraisals will focus on bus priority measures and support objectives set down in the grant award. Although the Tayside Bus Alliance are the project leads, Transport Scotland are the funding agency and therefore continued engagement with them during the process is essential. Dundee City Council are the lead authority in the procurement and contract award of this piece of work.
There is also a separate cost option for an independent project manager (lot 2) and this will be assess separately from the main STAG appraisal work (lot 1).
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Bus Prioritisation
Lot No
1
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Tayside
two.2.4) Description of the procurement
The Tayside Bus Alliance is the pre-cursor organisiation to developing a Bus Service Improvement Partnership under the 2019 Transport Act. The geographical area comprises the council areas of Angus, Dundee City, Perth& Kinross and North East fife.
The main aim for the Consultants commission is to bring forward bus priority STAG appraised proposals for 20 corridors and options that satisfy the following outcomes and that can be taken forward for future delivery
two.2.5) Award criteria
Quality criterion - Name: Understanding of the brief / Weighting: 20
Quality criterion - Name: Methodology / Weighting: 30
Quality criterion - Name: Relevant Experience / Weighting: 25
Quality criterion - Name: Project Management / Weighting: 20
Quality criterion - Name: Community Benefits / Weighting: 3
Quality criterion - Name: Fair Work Practices / Weighting: 2
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £496,800
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
5 January 2022
End date
28 February 2023
This contract is subject to renewal
No
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
Independent Project Management – Client Representative
Lot No
2
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Tayside
two.2.4) Description of the procurement
The independence of the Project manager is critical and they will act as the client representative and manage all aspects of Tayside Bus Alliance for the Bus Partnership Fund STAG appraisal and associated initiatives. The Project Manager’s focus will be on the delivery and management of Bus Partnership Fund STAG Appraisal, including liaison with all partners in the Tayside Bus Alliance, negotiation of Match in Kind measures and development of the Alliance into a BSIP within all required timelines
two.2.5) Award criteria
Quality criterion - Name: Local / Regional Experience / Weighting: 30
Quality criterion - Name: Public Transport / Bus Priority / STAG Knowledge / Weighting: 30
Quality criterion - Name: Project Management / Weighting: 25
Quality criterion - Name: Qualifications / Weighting: 10
Quality criterion - Name: Community Benefits / Weighting: 3
Quality criterion - Name: Fair Work Practices / Weighting: 2
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £90,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
5 January 2022
End date
28 February 2023
This contract is subject to renewal
No
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
Listed within the tender document
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to 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
Open procedure
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
26 November 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
26 November 2021
Local time
12:00pm
Place
place of work of Procurement Officers at that time
Information about authorised persons and opening procedure
Claire Petrie - Procurement Category Officer
Jennifer Heighton - Procurement Category Officer
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
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=671773.
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.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Detailed within the tender document
(SC Ref:671773)
six.4) Procedures for review
six.4.1) Review body
Dundee Sheriff Court
6 West Bell Street
Dundee
DD1 9AD
Telephone
+44 1382229961
Country
United Kingdom