- 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 4. Climate change adaptation, decarbonisation and energy efficiency 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
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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
Tenders may be submitted for all lots
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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
A 12 month extension period will be awarded on the sole discretion of SPT. Renewal requirements will be reviewed after 36 months
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 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
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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
A 12 month extension will be taken at the sole discretion of SPT. Thereafter requirements will be reviewed for renewal
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 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
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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
A 12 month extension will be taken at the sole discretion of SPT. Thereafter requirements will be reviewed for renewal
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 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
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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
A 12 month extension will be taken at the sole discretion of SPT. Thereafter requirements will be reviewed for renewal
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 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
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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
A 12 month extension will be taken at the sole discretion of SPT. Thereafter requirements will be reviewed for renewal
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 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
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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
A 12 month extension will be taken at the sole discretion of SPT. Thereafter requirements will be reviewed for renewal
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 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
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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
A 12 month extension will be taken at the sole discretion of SPT. Thereafter requirements will be reviewed for renewal
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 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
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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
A 12 month extension will be taken at the sole discretion of SPT. Thereafter requirements will be reviewed for renewal
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 36
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.2.14) 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.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
A 12 month extension will be taken at the sole discretion of SPT. Thereafter requirements will be reviewed for renewal
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 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
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
With regards SPD question 4B, SPT will use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of bidders
Insurance Requirements
Minimum level(s) of standards possibly required
Bidders with a Failure Score of 51 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Bidders must confirm within their response to the relevant question within the Qualification Envelope, the value of their D&B Failure Score.
In the event that the bidder does not have a Dun and Bradstreet rating or they consider that the rating has been adversely affected by factors which they can offer mitigating evidence for, we will use the following ratios to evaluate a bidder’s financial status. Bidders must confirm within their response to the relevant question within the Qualification Envelope, the name and value of the 3 financial ratios listed below as taken from their own Accounts.
Insurance: Minimum levels to be held for award to framework:
PI GBP10M Employers GBP5M Public GBP10M. For call-offs from the framework, the insurance will levels will be reviewed on a commission-by-commission basis.
three.1.3) Technical and professional ability
List and brief description of selection criteria
At selection stage tenderers are to provide examples of relevant experience
Minimum level(s) of standards possibly required
For each lot being tenderer for organisations must be able to evidence through experience their ability to deliver the range of services which SPT require in each the lot. This can have been delivered either entirely in-house or with the use of sub-contractors.
This can be either by demonstrating that your organisation has been awarded to a similar framework or through individual commissions
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: 45
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
Originally published as:
Date
14 December 2021
Local time
10:00am
Changed to:
Date
16 December 2021
Local time
10:00am
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
10 January 2022
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: 29 July 2022
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: three years from date of award
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
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
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 19886. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:672095)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
GLASGOW
G5 9DA
Country
United Kingdom