Opportunity

Design Technical and Professional Services Framework

  • Strathclyde Partnership for Transport

F02: Contract notice

Notice reference: 2021/S 000-028346

Published 12 November 2021, 1:44pm



The closing date and time has been changed to:

16 December 2021, 10:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Strathclyde Partnership for Transport

131 St Vincent Street

Glasgow

G2 5JF

Contact

Anne Finlay

Email

procurement@spt.co.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.spt.co.uk

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