Tender

TENDER FOR THE PROVISION OF BUS PRIORITISATION CONSULTANCY AND PROJECT MANAGEMENT

  • Dundee City Council

F02: Contract notice

Notice identifier: 2021/S 000-026982

Procurement identifier (OCID): ocds-h6vhtk-02f0d3

Published 28 October 2021, 8:55am



Section one: Contracting authority

one.1) Name and addresses

Dundee City Council

Dundee House, 50 North Lindsay Street

Dundee

DD1 1NZ

Contact

Claire Petrie

Email

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

www.dundeecity.gov.uk

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

Email

dundee@scotcourts.gov.uk

Telephone

+44 1382229961

Country

United Kingdom