Performance Audit Group Contract for Transport Scotland
The Performance Audit Group (PAG) provider will be expected to audit, monitor, review and provide advice on the following Transport Scotland contracts to ensure that contractual duties are being satisfied.
United Kingdom-Glasgow: Civil engineering consultancy services
2015/S 147-271333
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Transport Scotland
Buchanan House, 58 Port Dundas Road
For the attention of: Stephen Breslin
G4 0DX Glasgow
UNITED KINGDOM
Telephone: +44 1412727100
Fax: +44 1412727272
Internet address(es):
General address of the contracting authority: http://www.transportscotland.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00099
Further information can be obtained from: Transport Scotland
Buchanan House, 58 Port Dundas Road
For the attention of: Stephen Breslin
G4 0HF Glasgow
UNITED KINGDOM
Telephone: +44 1412727100
Fax: +44 1412727272
Internet address: http://www.transportscotland.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Transport Scotland
Buchanan House, 58 Port Dundas Road
For the attention of: Stephen Breslin
G4 0HF Glasgow
UNITED KINGDOM
Telephone: +44 1412727100
E-mail: stephen.breslin@transportscotland.gsi.gov.uk
Fax: +44 1412727272
Internet address: http://www.transportscotland.gov.uk
Tenders or requests to participate must be sent to: Transport Scotland
Buchanan House, 58 Port Dundas Road
For the attention of: Procurement Support Manager
G4 0HF Glasgow
UNITED KINGDOM
Telephone: +44 1412727100
Fax: +44 1412727272
Internet address: http://www.transportscotland.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Scotland.
NUTS code UKM
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
1) All Operating Company contracts covering Scottish Trunk Road Network (South West Unit, North West Unit, South East Unit, North East Unit, Forth Bridges Unit)
2) M6, M80 and M8/M73/M74 DBFO contracts
3) Traffic Scotland Systems contract
Other supplier contracts may be added to this list during the contract period.
Further information on the scope of the services is included within the prequalification document which is available from the Scottish Ministers (See VI.3).
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=396861
II.1.6)Common procurement vocabulary (CPV)
71311000, 71311100, 71311210, 71311220, 71312000, 71313000, 79212000, 79210000, 79212100, 90714000, 71244000, 71300000, 72223000,66519310
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 21 500 000 and 28 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
Economic Operators will be required to accept any requirement to provide a bond and undertaking which is set out in the Contract. Such requirement shall be identified in the Competition Documentation and the form of the bond and undertaking shall be identified in the Conditions of Contract.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: Further details will be provided in the Competition Documentation.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Economic Operators shall be required to satisfy minimum standards of economic and financial standing. These are described in detail in the PQQ. The financial information received as part of each PQQ submission shall be evaluated and scored out of 40 against 4 weighted categories; financial structure; operating performance; investment; and financial position. Each category has a maximum of 10 marks available. A PQQ submission shall be marked as a FAIL and shall not be considered further if the weighted score is less than 50 percent in respect of any of the 4 evaluation categories.
III.2.3)Technical capacity
As in III.2.1.
Minimum level(s) of standards possibly required:
Economic operators shall be required to satisfy minimum standards of technical capacity or professional ability. These are described in detail in the PQQ and can be summarised as:
(a) demonstration of the use of quality, environmental and health and safety management systems (the requirements are set out in full in the PQQ); and
(b) in respect of the questions on demonstration of relevant experience in Section 5.2 of the PQQ, Economic Operators are required to score 50 percent or more of the available maximum weighted evaluation score for each question.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: The Scottish Ministers intend to invite 4 economic operators to participate in the tender process. These 4 economic operators shall be those economic operators who have:
(a) submitted a compliant PQQ submission;
(b) gained a PASS in respect of the eligibility and minimum standards of technical or professional ability evaluation conducted pursuant to section 6.5 of the prequalification prospectus;
(c) gained a PASS in respect of financial evaluation conducted pursuant to section 6.6 of the prequalification prospectus;
(d) scored 50 percent or more of the available maximum weighted evaluation score for each question in section 5.2 of the PQQ; and
(e) achieved the first, second, third or fourth highest weighted scores in respect of technical or professional ability calculated in accordance with the prequalification prospectus.
If an economic operator has not submitted a compliant PQQ submission as described in (a) above, failed in respect of either (b) or (c) above or has not scored 50 per cent or more of the available maximum weighted score for each question in section 5.2 of the PQQ, as described in (d) above, then that economic operator shall be excluded from the ranking of scores described in (e) above.
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 30
2. Price. Weighting 70
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 105-190971 of 3.6.2015
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.3)Additional information
Transport Scotland will conduct the proposed procurement process for the Performance Audit Group Contract on behalf of the Scottish Ministers. In the event of the contract award, the Performance Audit Group Contract will be entered into between the Scottish Ministers and the successful tenderer.
Any economic operator wishing to participate in response to this notice can download the prequalification document, which consists of prospectus and prequalification questionnaire, from the Buyer Profile address given within section I.1. Alternatively, the prequalification document can be obtained from Transport Scotland at the address given in I.1 of this notice.
PQQ submissions should be delivered to Transport Scotland (address identified in annex A.III) by no later than 12:00 noon BST on 22.9.2015. The Scottish Ministers shall not evaluate any PQQ submissions 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 (including obtaining evidence of receipt by Transport Scotland on behalf of the Scottish Ministers).
Economic operators which alter their composition after making a prequalification submission will be the subject of re-evaluation. The Scottish Ministers reserve the right not to award any Contract as a result of the procurement process initiated by this notice and to make whatever changes the Scottish Ministers deem appropriate to the content, process, timing and structure of the procurement process.
Transport Scotland on behalf of the Scottish Ministers shall have no liability for any costs howsoever incurred by those participating in the procurement competition including prequalification and the competitive dialogue procedure (including the tendering process).
Economic operators should be aware that all information submitted to the Scottish Ministers may need to be disclosed or published by the Scottish Ministers in compliance with the Freedom of Information (Scotland) Act 2002 and Environmental Information Regulations 2004. Information given in II.2.1 of this notice is preliminary.
The date and time referred to in IV.3.5 of this notice is provisional.
(SC Ref:396861).
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: