Awarded contract

Multi-supplier Framework Agreement for proposed utility diversions and/or protection audit and advice services

  • Transport Scotland

F03: Contract award notice

Notice reference: 2022/S 000-035631

Published 16 December 2022, 10:52am



Section one: Contracting authority

one.1) Name and addresses

Transport Scotland

Buchanan House, 58 Port Dundas Road

Glasgow

G4 0HF

Contact

Paul Docherty

Email

Paul.Docherty@transport.gov.scot

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.transport.gov.scot

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00099

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Other activity

Transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Multi-supplier Framework Agreement for proposed utility diversions and/or protection audit and advice services

Reference number

TS/MP/SER/2021/03

two.1.2) Main CPV code

  • 71311300 - Infrastructure works consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Transport Scotland, on behalf of the Scottish Ministers, has identified the need to appoint suitably experienced Consultants to provide the following services to Transport Scotland:

Review and coordinate utility works programmes associated with trunk road design and construction projects;

Review the correctness and completeness of processes undertaken in accordance with New Roads and Street Works Act 1991, the Town

and Country Planning (Scotland) Act 1997;

Technically review utility diversion/protection proposals;

Liaise with Statutory Undertakers/Engineer/ Designer/ Contractor;

Review risk management and mitigation; and

Provide specialist technical support and adhoc advice.

Further information on Transport Scotland can be accessed through our website at: www.transport.gov.scot

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,800,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 71311300 - Infrastructure works consultancy services
  • 71311000 - Civil engineering consultancy services
  • 71311210 - Highways consultancy services
  • 71311100 - Civil engineering support services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71330000 - Miscellaneous engineering services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Scotland wide

two.2.4) Description of the procurement

Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland has identified a requirement to appoint suitably experienced Economic Operators (“Consultants”) to provide the following specialist services to support the delivery of trunk road projects across Scotland:

It is intended that the Framework Agreement will be in place for a period of 4 years.

i) Review and coordination of the overall utility works programme to ensure that the strategy for utility diversions is appropriate and provides the most effective option to support the delivery of the works on time and to budget.

ii) Correctness and completeness review of the process undertaken to ensure application of the appropriate Legislation; the Town and Country Planning (Scotland) Act 1997 and New Roads and Street Works Act 1991, the Conditions of Contract, including the Employer’s Requirements and relevant codes of practice including, but not limited to: Measures necessary where apparatus is affected by major works (diversionary works). Any conflicts in these requirements should be identified together with recommendations for further review and/ or action.

(iii) Technical review of utility diversion proposals to identify appropriateness and completeness of any proposals, ensure designs can practically be achieved and are compliant with relevant regulations.

(iv) Liaise with Statutory Undertakers and the contractor as necessary to ensure compliance with the proposed design and verification of the costs for the diversionary routes/or protection works and provide recommendations.

v) Risk Management and Mitigation Review. Appraisal of undertakers designs and programme to identify key risks to programme delivery and the measures taken to identify and mitigate these by Undertakers and relevant parties (i.e. Designer, Contractor etc.).

vi) Specialist technical support to respond to utility related requests, queries, dispute resolutions which may involve, but not be limited to: attendance at meetings, preparation of draft correspondence, providing adhoc advice and recommendations.

Further, the Consultants may also be required to attend offices, construction sites or other locations within the UK at which the statutory utility owners and contractors are based.

The appointed Consultants will be required to have personnel with specialist experience of reviewing utility diversion/protection proposals, with an in depth understanding of the Town and Country Planning (Scotland) Act 1997 and New Roads and Street Works Act 1991, as well as Transport Scotland’s and Statutory Undertakers contract requirements.

Transport Scotland ultimately wish to ensure a sufficiently robust and rigorous process has been undertaken to ensure prospective tenderers/ contractors/consultants have sufficient information to accurately price and undertake construction works and programme activities within a specified timeline.

The contract will be procured through a competitive tender procedure, in accordance with the restricted procedure as stated in the Public Contracts (Scotland) Regulations 2015. This is a two-stage procedure, comprising a prequalification stage and a tender stage. Section II.2.9 of this Contract Notice describes the criteria for choosing the limited number of candidates. In order to be considered for the prequalification stage, Economic Operators are required to complete and submit an SPD, which can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). It is anticipated that a total of five operators will be invited to tender stage.

Contracts called off from the framework will be of varying length depending on individual project requirements. This contract will not be divided into lots as the service will generally be used on complex projects and will typically be interrelated therefore it would make it unreasonably complex to administer the contract in this manner.

two.2.5) Award criteria

Quality criterion - Name: The tenderers approach to execution of the Services; company management and quality systems, risk management, comprehension of risks associated with the services being provided, personnel. / Weighting: 40

Cost criterion - Name: Final tenders will be assessed against evaluation criteria to determine the most economically advantageous submission. Further information will be included in the tender documents. / Weighting: 60

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


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 000-026488


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 November 2022

five.2.2) Information about tenders

Number of tenders received: 4

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: 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

Mott MacDonald

St Vincent Plaza, 319 St Vincent Street

Glasgow

G2 5LD

Telephone

+44 1412223798

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Allen Gordon

Springfield House, Laurelhill Business Park

Stirling

FK7 9JQ

Telephone

+44 7880555136

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Long O Donnell Associates

5 Royal Mews , Gadbrook Business Park

Northwich

CW9 7UD

Telephone

+44 1606359200

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £1,800,000


Section six. Complementary information

six.3) Additional information

(SC Ref:716472)

six.4) Procedures for review

six.4.1) Review body

Sheriff Clerk's Office

PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

Email

Glasgow@scotcourts.gov.uk

Country

United Kingdom