TRANSPORT SCOTLAND has floated a tender for Contract notice: Urban environmental development planning. The project location is United Kingdom and the tender is closing on 09 Aug 2018. The tender notice number is 300888-2018, while the TOT Ref Number is 24936818. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : United Kingdom

Summary : Contract notice: Urban environmental development planning

Deadline : 09 Aug 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 24936818

Document Ref. No. : 300888-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : TRANSPORT SCOTLAND
Office Name: Transport Scotland
Address: Buchanan House, 58 Port Dundas Road
Town: Glasgow
Postal Code: G4 0HF
Contact Point: Denise Angus

Phone: +44 1412727385
Fax: +44 1412727272
United Kingdom
Email :denise.angus@transport.gov.scot
URL :http://www.transport.gov.scot

Tender Details

Object of the contract
Urban environmental development planning

Description: Contract notice: Urban environmental development planning

Authority Type: National or federal Agency/Office
Contact Nature: Services
Procedure: Restricted procedure
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 90712100, 71240000, 71410000, 90712000, 30196000, 90712100, 71240000, 71410000, 90712000, 30196000
CPV Description: Urban environmental development planning.

Architectural, engineering and planning services.

Urban planning services.

Environmental planning.

Planning systems.

Development Management and Road Safety Services MFA

Reference Number : TS/TRBO/SER/2018/05

Transport Scotland have identified the continuing need for a framework that will support Transport Scotland in undertaking its role in supporting the Scottish Ministers to fulfill their duties under the town and country planning (development management procedure) (Scotland) Regulations 2013 and their duties in relation to development planning and management under planning circulars 6/2013: development planning and 3/2013: development management procedures.

Transport Scotland have identified a need for the provision of consultancy services to assist the Scottish Ministers acting through Transport Scotland in the provision of development management advisor and auditor services.

The proposed framework will be in place for a period of 3 years with a potential 1 year extension.

The intention of this competition is to procure three suitably experienced Economic Operators (a "Contractor /Supplier /Consultant") that will permit the execution of services in relation to the scope of services.

It is intended that 3 commissions are awarded (lead, first standby and second standby) to cater for situations when service providers have a conflict of interest as regards the particular service required. Unless unable to provide the service due to conflict of interest, the lead economic operator shall carry out the service.

It is not expected that the first standby economic operator will complete more than 10 to 15 % of the overall commission, with the second standby economic operator completing commensurately less.

The contract terms and conditions will be based upon Scottish Government's model services contract. Each selected economic operator shall be invited to submit a tender on the same contract terms.

Requirement

The scope of works will include, but not limited to:

— auditing of development appraisals, transport assessments, environmental impact assessments, travel plans etc. for minor /major planning applications and pre-planning enquiry,

— provision of 2 dedicated in-house project /quality managers who will be responsible for overseeing the delivery and quality of the service as well as performance management of the wider commission supplier team,

— provision of a dedicated core team to deal with applications,

— preparation of material and attending public Inquiries etc.,

— preparation of material and present training seminars and talks,

— provision of development plan liaison officer,

— attendance at and preparation for progress meetings,

— manage and deliver an improved customer experience including provision of a customer engagement officer, undertaking annual customer feedback and surveys,

— actively promote succession planning through the term of the framework, and

— attendance at and preparation for framework supplier meetings.

To be considered for this contract economic operators are required to complete the European Single Procurement Document (ESPD) in accordance with this contract notice. Economic operators shall be evaluated in accordance with the public contracts (Scotland) Regulations 2015, on the basis of information they have provided within the ESPD.

The ESPD can be downloaded via the public contracts Scotland portal ( www.publiccontractsscotland.gov.uk ).

Economic operators must be enrolled in the relevant professional or trade registers kept in the member state of its establishment (as described in Schedule 5 of the public contracts (Scotland) Regulations 2015) (i.e. registered under companies house). Economic operators should provide details under Question Ref. 4A.1.a and 4A.1.b. of the ESPD.

Qualifications and experience:

It is a requirement of the contract that staff employed under the contract shall have minimum levels of experience, education and professional qualifications. In particular, the commission director, commission manager and project /quality managers shall be a chartered engineer or equivalent with considerable experience at a senior level of managing integrated teams and other specialisms relevant to the provision and performance of service. The road safety auditor shall be a chartered engineer or equivalent and be qualified to undertake road safety audits on the trunk road network.

The commission director (Lot 1 & 2) shall be a chartered engineer or equivalent with recognised professional qualifications relevant to development management /transport planning. They will have significant experience in providing strategic advice and support in all aspects of development management to clients in the public and/or regulated sector.

The commission manager (Lot 1 & 2)shall be a chartered engineer or equivalent with recognised professional qualifications relevant to development management /transport planning with considerable post chartered experience in a senior position of managing integrated development planning, road safety and audit teams relevant to the provision and performance of the services to public and /or regulated sector clients.

Project /quality managers (lot 1) shall be a chartered engineer or equivalent with recognised professional qualifications relevant to transport planning with considerable post chartered experience. In addition, they will have demonstrable experience in quality management and ensuring the delivery of outputs in line with the client's requirements for projects of a similar scope and value proposed to be undertaken through this agreement.

Road safety auditor (Lot 2) shall be a chartered engineer or equivalent and be qualified to undertake road safety audits on the trunk road network.

Economic operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, economic operators shall:

a— in response to ESPD, Question Ref. 4B.1.a provide the specified annual turnover for the last 2 years of trading, or for the period which is available if trading for less than 2 years,

b— in response to ESPD, Question Ref. 4B.6 provide the name, value and /or range of 9 financial criteria for the last 2 years of trading, or for the period which is available if trading for less than 2 years, and

c— in response to ESPD, Question Ref. 4B.5.a and 4B.5.b confirm they already have or can commit to obtain, prior to commencement of the contract the required levels of insurance.

In addition to the information requested under (a) and (b), economic operators are required to provide a link /copies of the associated annual accounts as filed at companies house (or equivalent if not a UK registered company) for the last 2 years of trading, or for the period which is available if less than 2 years.

This information has been requested to enable Transport Scotland to perform their own assessment and confirm the financial ratios submitted. Ultimately, ensuring the correct score is allocated, and to ensure no misinterpretation. Where there exist differences in ratios, between those provided and those calculated by Transport Scotland, clarification will be sought.

Transport Scotland will conduct the proposed procurement process for the framework agreement on behalf of the Scottish Ministers. In the event of the conclusion of the framework agreement, it is the intention that the framework agreement will be entered into between the Scottish Ministers and the most economically advantageous tenderers.

Each selected economic operator shall be invited to submit a tender on the same contract terms.

The duration of the framework agreement referred to in paragraph II.2.7) of this notice is the original period of the proposed framework agreement.

The Scottish Ministers shall not evaluate any submission received past the specified deadline, unless the delay is caused by a situation out with the control of the economic operator, the determination of which shall be at the sole discretion of the Scottish Ministers. Compliance with achieving the specified deadline is the sole responsibility of the economic operator.

Economic operators which alter their composition after making a submission will be the subject of re-evaluation.

Any request by economic operators for clarification of any part of the documentation shall be made through the public contracts Scotland website.

Neither transport Scotland nor the Scottish Ministers shall be responsible in any way to economic operators as a result of any delay or failure in answering any request for clarification or any decision not to answer a request for clarification (either in full or in part). Absence of a response from Transport Scotland or the Scottish Ministers shall not entitle economic operators to qualify their submission.

The Scottish Ministers reserve the right not to conclude any framework agreement as a result of the procurement process initiated by this notice and to make whatever changes the Scottish Minsters deem appropriate to the content, process, timing and structure of the procurement process.

Transport Scotland and the Scottish Ministers shall have no liability for any costs howsoever incurred by those participating in the competition.

Economic operators should be aware that all information submitted to the Scottish Ministers may need to be disclosed and /or published by the Scottish Ministers in compliance with the freedom of information (Scotland) Act 2002.

Note: to register your interest in this notice and obtain any additional information please visit the public contracts Scotland Web Site at: http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=447390

"Community Benefits and Supplier /Subcontractor Opportunities text is automatically generated by the Public Contracts Scotland Portal, and may be expanded upon below".

A summary of the expected community benefits has been provided as follows:

Further details of the community benefits that Transport Scotland intends to seek will be provided in the tender documents.

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=541711

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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Training provided to support the required work.

Use of SMES to deliver work on the framework.

(SC Ref:541711)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=541711


Internet address (URL): http://www.transport.gov.scot

Documents

 Tender Notice