loading
  • GB-G2 5JF Glasgow
  • 30.01.2017
  • Ausschreibung
  • (ID 2-250674)

Design Technical and Professional Services Framework


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 30.01.2017, 10:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 10 - max. 10
    Gebäudetyp Verkehr
    Art der Leistung Bauleistung / Objektplanung Gebäude / Objektplanung Innenräume / allgemeine Beratungsleistungen / Objektplanung Verkehrsanlagen / Schallschutz, Raumakustik / Projektsteuerung / Energieplanung/ -beratung / Thermische Bauphysik / Technische Ausrüstung / Sicherheits-/ Gesundheitsschutz / Kostenmanagement / Bodenmechanik, Erd-/ Grundbau / Stadt-/ Gebietsplanung / Objektplanung Freianlagen
    Sprache Englisch
    Aufgabe
    Strathclyde Partnership for Transport (SPT) is seeking to renew and update their existing Design, Technical and Professional Services Framework which will be utilised to assist SPT in the delivery of projects across a number of its business streams.
    The Framework will consist of the following Lots:
    1 Transport Planning Consultancy Support
    2 Transport Modelling Consultancy Support
    3 Academic Support
    4 Land Use Planning Consultancy
    5 Quality Management and Safety Management Systems Certification and Approval
    6 Architectural Services
    7 Civil and Structural Engineering
    8 Mechanical and Electrical Engineering
    9 Signalling Telecoms and Control Systems
    10 Energy Management and Environmental Engineering
    11 Rail Engineering
    12 Asset Management Engineering
    13 Property Services
    14 Project Office Support
    15 Specialist Consultancy Support for all operational and Maintenance system improvements.
    Leistungsumfang
    This Brief is for the provision of multi-disciplinary support for the on-going programme of Subway Modernisation.
    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 Subway Modernisation Support requirements.
    Independent Expertise on Existing System Inclusive of integration and migration of the existing system through the implementation of new rolling stock, signalling and control systems.
    Independent Expertise on New Trains, Signalling and Control Systems
    Independent Expertise on Innovative Approaches to Operations and Maintenance
    Specialist Support in Implementation of New Operating and Maintenance Systems and Supporting Processes (The services to be provided under this sub lot will focus on implementing a programme of improvement in maintenance systems and supporting processes in the subway).
    Adresse des Bauherren UK-G2 5JF Glasgow
    TED Dokumenten-Nr. 437493-2016

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Glasgow: Civil engineering consultancy services

      2016/S 240-437493

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Strathclyde Partnership for Transport
      131 St Vincent Street
      Glasgow
      G2 5JF
      United Kingdom
      Telephone: +44 1413333556
      E-mail: MjIwXF5bT2FeUVlRWmAsX1xgGk9bGmFX
      Fax: +44 1413333224
      NUTS code: UKM34

      Internet address(es):

      Main address: www.spt.co.uk

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10382

      I.2)Joint procurement
      I.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 abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://www.publictendersscotland.publiccontractsscotland.gov.uk
      I.4)Type of the contracting authority
      Regional or local authority
      I.5)Main activity
      Other activity: transport

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Design Technical and Professional Services Framework.

       

      Reference number: 16-001
      II.1.2)Main CPV code
      71311000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Strathclyde Partnership for Transport (SPT) is seeking to renew and update their existing Design, Technical and Professional Services Framework which will be utilised to assist SPT in the delivery of projects across a number of its business streams.

      The Framework will consist of the following Lots:

      1 Transport Planning Consultancy Support

      2 Transport Modelling Consultancy Support

      3 Academic Support

      4 Land Use Planning Consultancy

      5 Quality Management and Safety Management Systems Certification and Approval

      6 Architectural Services

      7 Civil and Structural Engineering

      8 Mechanical and Electrical Engineering

      9 Signalling Telecoms and Control Systems

      10 Energy Management and Environmental Engineering

      11 Rail Engineering

      12 Asset Management Engineering

      13 Property Services

      14 Project Office Support

      15 Specialist Consultancy Support for all operational and Maintenance system improvements.

       

      II.1.5)Estimated total value
      Value excluding VAT: 6 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      II.2)Description
      II.2.1)Title:

       

      Transport Planning Consultancy Support

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71311210
      II.2.3)Place of performance
      NUTS code: UKM
      NUTS code: UKM3
      Main site or place of performance:

       

      Scotland Wide.

       

      II.2.4)Description of the procurement:

       

      This brief is to cover transport planning for all modes of transport (including freight, cycling and walking)

      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 needs:

      Transport Planning;

      Transport Planning Policy;

      Town Planning;

      Timetable planning and modelling;

      Strategy Development/Strategic Project Assessment

      European policy/funding;

      Policy development;

      Appraisal / Feasibility/Research and Analysis;

      General Surveys;

      Claims Advice (Loss and Expenses);

      Electronic Information, CCTV, GPS, Maps, Software etc.;

      Analysis and monitoring e.g. noise, air quality, visual intrusion;

      Sustainable Development;

      Environmental Assessments and Monitoring;

      Ecology and Biodiversity studies.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Expertise and Understanding of Requirement / Weighting: 15 %
      Quality criterion - Name: Methodology and Work Plan / Weighting: 25 %
      Quality criterion - Name: Quality and Resilience of Personnel / Weighting: 20 %
      Quality criterion - Name: How the Consultant Will Deliver / Weighting: 30 %
      Quality criterion - Name: Risk and Mitigation and Opportunity / Weighting: 10 %
      Price - Weighting: 40 %
      II.2.6)Estimated value
      II.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:

       

      At the sole discretion of SPT this framework will be extended by 12 months.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Part 1 Selection: Qualification Stage inclusive of Technical Envelope.

      This is scored and failure to provide all information requested or a satisfactory explanation as to why it has not been provided may result in your exclusion from the procurement process.

      The Mandatory ESPD questions will be scored as pass/fail

      Technical Envelope questions are based on Capability and Experience as follows:

      T1 Provide references of where your organisation has been part of a successful public sector framework (this may have been as a sub-contractor) in the past 5 years, detailing (weighting 30 %)

      Contracting Authority

      Size of the Framework

      Total value of the framework

      Length of the framework

      If the framework suppliers were ranked, what was your position

      Number of commissions your organisation was awarded

      Total value of commissions awarded to your organisation

      T2 Provide commentary and examples of commissions which provide sufficient examples to cover all expected competencies required, your organisations delivered from the framework, detailing (weighting 40 %)

      Contracting Authority

      Budgeted value and programme

      Actual value and programme

      detail of technical input

      Risks identified and mitigated

      Innovation

      VfM provided

      Key successes

      lessons learned

      T3 Provide an overview of the organisation structure which delivered the framework commissions listed in T2, detailing (weighting 30 %)

      Organisation structure

      How this was structure against various lots

      Resource profile

      Experience

      Resource locations

      Likely Team Leader for each specialism's CVs and short bios

      Head office details and details of the office of the likely commission manager.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Transport Modelling Consultancy Support

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71311200
      II.2.3)Place of performance
      NUTS code: UKM3
      Main site or place of performance:

       

      May be Scotland wide.

       

      II.2.4)Description of the procurement:

       

      This brief is to cover transport planning for all modes of transport (including freight, cycling and walking)

      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 modeling needs.

      Transport modelling and surveys (strategic and scheme specific) covering all modes of transport including freight, cycling and walking;

      Appraisal / Feasibility

      Railway (and any other form of transport) Model Simulation;

      Passenger Flow Models;

      Traffic Management and Demand Analysis;

      Risk Management;

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Expertise and Understanding of Requirement / Weighting: 15 %
      Quality criterion - Name: Methodology and Work Plan / Weighting: 25 %
      Quality criterion - Name: Quality and Resilience of Personnel / Weighting: 20 %
      Quality criterion - Name: How the Consultant Will Deliver / Weighting: 30 %
      Quality criterion - Name: Risk and Mitigation and Opportunity / Weighting: 10 %
      Price - Weighting: 40 %
      II.2.6)Estimated value
      II.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:

       

      This framework will extended for 12 months at the sole discretion of SPT.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Stage One will be a qualification stage and will be evaluated by the responses laid out in your ESPD response as follows:

      a. Qualification Envelope: This requires to be completed only once regardless of the number of lots you wish to submit a bid for and contains standard ESPD questions.

      b. Technical Envelopes: The technical envelope contains procurement specific questions based on your background and capabilities. These questions are scored. Tenderers must submit a technical envelop response for each of the lots they intend to submit a bid for.

      Failure to meet the above requirements will result in your submission being set aside.

      Technical Envelope Questions

      Each element of each question will be individual scored on ratings between 0 — 4. The total number of points available in this section is 4 per question multiplied by the weighting as detailed in below.

      T1 Provide references of where your organisation has been part of a successful public sector framework (this may have been as a sub-contractor) in the past 5 years, detailing (weighting 30 %)

      Contracting Authority

      Size of the Framework

      Total value of the framework

      Length of the framework

      If the framework suppliers were ranked, what was your position

      Number of commissions your organisation was awarded

      Total value of commissions awarded to your organisation

      T2 Provide commentary and examples of commissions which provide sufficient examples to cover all expected competencies required, your organisations delivered from the framework, detailing (weighting 40 %)

      Contracting Authority

      Budgeted value and programme

      Actual value and programme

      detail of technical input

      Risks identified and mitigated

      Innovation

      VfM provided

      Key successes

      lessons learned

      T3 Provide an overview of the organisation structure which delivered the framework commissions listed in T2, detailing (weighting 30 %)

      Organisation structure

      How this was structure against various lots

      Resource profile

      Experience

      Resource locations

      Likely Team Leader for each specialism's CVs and short bios

      Head office details and details of the office of the likely commission manager.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Academic Support

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71311200
      71311210
      71311300
      71312000
      71313000
      71313100
      71313200
      71314300
      71315100
      71315200
      71315210
      71351200
      71351220
      71600000
      71621000
      90713000
      II.2.3)Place of performance
      NUTS code: UKM3
      Main site or place of performance:

       

      May be Scotland wide.

       

      II.2.4)Description of the procurement:

       

      This lot is for all SPT's academic support requirements. and we may utilise this framework for any for all or any of our academic support needs.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Expertise and Understanding of Requirement / Weighting: 15 %
      Quality criterion - Name: Methodology and Work Plan / Weighting: 25 %
      Quality criterion - Name: Quality and Resilience of Personnel / Weighting: 20 %
      Quality criterion - Name: How the Consultant will Deliver / Weighting: 30 %
      Quality criterion - Name: Risk and Mitigation and Opportunity / Weighting: 10 %
      Price - Weighting: 40 %
      II.2.6)Estimated value
      II.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 to this contract will be granted at the sole discretion of SPT.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Stage One will be a qualification stage and will be evaluated by the responses laid out in your ESPD response as follows:

      a. Qualification Envelope: This requires to be completed only once regardless of the number of lots you wish to submit a bid for and contains standard ESPD questions.

      b. Technical Envelopes: The technical envelope contains procurement specific questions based on your background and capabilities. These questions are scored. Tenderers must submit a technical envelop response for each of the lots they intend to submit a bid for.

      Failure to meet the above requirements will result in your submission being set aside.

      Technical Envelope Questions

      Each element of each question will be individual scored on ratings between 0 — 4. The total number of points available in this section is 4 per question multiplied by the weighting as detailed in below.

      T1 Provide references of where your organisation has been part of a successful public sector framework (this may have been as a sub-contractor) in the past 5 years, detailing (weighting 30 %)

      Contracting Authority

      Size of the Framework

      Total value of the framework

      Length of the framework

      If the framework suppliers were ranked, what was your position

      Number of commissions your organisation was awarded

      Total value of commissions awarded to your organisation

      T2 Provide commentary and examples of commissions which provide sufficient examples to cover all expected competencies required, your organisations delivered from the framework, detailing (weighting 40 %)

      Contracting Authority

      Budgeted value and programme

      Actual value and programme

      detail of technical input

      Risks identified and mitigated

      Innovation

      VfM provided

      Key successes

      lessons learned

      T3 Provide an overview of the organisation structure which delivered the framework commissions listed in T2, detailing (weighting 30 %)

      Organisation structure

      How this was structure against various lots

      Resource profile

      Experience

      Resource locations

      Likely Team Leader for each specialism's CVs and short bios

      Head office details and details of the office of the likely commission manager.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Land Use Planning Consultancy

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71410000
      90712100
      II.2.3)Place of performance
      NUTS code: UKM3
      Main site or place of performance:

       

      May be Scotland wide.

       

      II.2.4)Description of the procurement:

       

      This brief is to cover land use planning consultancy.

      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 land use planning needs.

      Town planning

      Planning Consultancy Advice for Inquiries, responses to Development Plans, Applications & Consultations

      Representation at Inquiries;

      Planning Legislation Advice and Approvals;

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Expertise and Understanding of Requirement / Weighting: 15 %
      Quality criterion - Name: Methodology and Work Plan / Weighting: 25 %
      Quality criterion - Name: Quality and Resilience of Personnel / Weighting: 25 %
      Quality criterion - Name: How the Consultant will Deliver / Weighting: 30 %
      Quality criterion - Name: Risk and Mitigation and Opportunity / Weighting: 10 %
      Price - Weighting: 40 %
      II.2.6)Estimated value
      II.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:

       

      This framework will be extended by 12 months at the sole discretion of SPT.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Stage One will be a qualification stage and will be evaluated by the responses laid out in your ESPD response as follows:

      a. Qualification Envelope: This requires to be completed only once regardless of the number of lots you wish to submit a bid for and contains standard ESPD questions.

      b. Technical Envelopes: The technical envelope contains procurement specific questions based on your background and capabilities. These questions are scored. Tenderers must submit a technical envelop response for each of the lots they intend to submit a bid for.

      Failure to meet the above requirements will result in your submission being set aside.

      Technical Envelope Questions

      Each element of each question will be individual scored on ratings between 0 — 4. The total number of points available in this section is 4 per question multiplied by the weighting as detailed in below.

      T1 Provide references of where your organisation has been part of a successful public sector framework (this may have been as a sub-contractor) in the past 5 years, detailing (weighting 30 %)

      Contracting Authority

      Size of the Framework

      Total value of the framework

      Length of the framework

      If the framework suppliers were ranked, what was your position

      Number of commissions your organisation was awarded

      Total value of commissions awarded to your organisation

      T2 Provide commentary and examples of commissions which provide sufficient examples to cover all expected competencies required, your organisations delivered from the framework, detailing (weighting 40 %)

      Contracting Authority

      Budgeted value and programme

      Actual value and programme

      detail of technical input

      Risks identified and mitigated

      Innovation

      VfM provided

      Key successes

      lessons learned

      T3 Provide an overview of the organisation structure which delivered the framework commissions listed in T2, detailing (weighting 30 %)

      Organisation structure

      How this was structure against various lots

      Resource profile

      Experience

      Resource locations

      Likely Team Leader for each specialism's CVs and short bios

      Head office details and details of the office of the likely commission manager.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Quality Management and Safety Management Systems Certification and Approval

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      72225000
      72224200
      71317210
      II.2.3)Place of performance
      NUTS code: UKM3
      Main site or place of performance:

       

      May be Scotland wide.

       

      II.2.4)Description of the procurement:

       

      The services required for this lot are expected to be, but not limited to the provision of Work place and public safety support; occupational survey and investigation audit, certification for ISO standards, client CDM advisor or Principal Designer services to assist SPT in the delivery of SPT projects ensuring compliance with current Construction, Design and Management regulations and in line with the present and any future changes to the regulations and/or legislation. this list, but the list is not exhaustive and we may utilise this framework for any for all or any of our Quality Management and Safety Management Systems Certification and Approval requirements.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Expertise and Understanding of Requirement / Weighting: 15 %
      Quality criterion - Name: Methodology and Work Plan / Weighting: 25 %
      Quality criterion - Name: Quality and Resilience of Staff / Weighting: 20 %
      Quality criterion - Name: How the Consultant will Deliver / Weighting: 30 %
      Quality criterion - Name: Risk and Mitigation and Opportunity / Weighting: 10 %
      Price - Weighting: 40 %
      II.2.6)Estimated value
      II.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:

       

      There will be 12 month extension of this framework at the sole discretion of SPT.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Stage One will be a qualification stage and will be evaluated by the responses laid out in your ESPD response as follows:

      a. Qualification Envelope: This requires to be completed only once regardless of the number of lots you wish to submit a bid for and contains standard ESPD questions.

      b. Technical Envelopes: The technical envelope contains procurement specific questions based on your background and capabilities. These questions are scored. Tenderers must submit a technical envelop response for each of the lots they intend to submit a bid for.

      Failure to meet the above requirements will result in your submission being set aside.

      Technical Envelope Questions

      Each element of each question will be individual scored on ratings between 0 — 4. The total number of points available in this section is 4 per question multiplied by the weighting as detailed in below.

      T1 Provide references of where your organisation has been part of a successful public sector framework (this may have been as a sub-contractor) in the past 5 years, detailing (weighting 30 %)

      Contracting Authority

      Size of the Framework

      Total value of the framework

      Length of the framework

      If the framework suppliers were ranked, what was your position

      Number of commissions your organisation was awarded

      Total value of commissions awarded to your organisation

      T2 Provide commentary and examples of commissions which provide sufficient examples to cover all expected competencies required, your organisations delivered from the framework, detailing (weighting 40 %)

      Contracting Authority

      Budgeted value and programme

      Actual value and programme

      detail of technical input

      Risks identified and mitigated

      Innovation

      VfM provided

      Key successes

      lessons learned

      T3 Provide an overview of the organisation structure which delivered the framework commissions listed in T2, detailing (weighting 30 %)

      Organisation structure

      How this was structure against various lots

      Resource profile

      Experience

      Resource locations

      Likely Team Leader for each specialism's CVs and short bios

      Head office details and details of the office of the likely commission manager.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Architectural Services

       

      Lot No: 6
      II.2.2)Additional CPV code(s)
      71220000
      71221000
      71223000
      71230000
      71240000
      71250000
      71400000
      71420000
      II.2.3)Place of performance
      NUTS code: UKM3
      Main site or place of performance:

       

      May be Scotland wide.

       

      II.2.4)Description of the procurement:

       

      This Brief is for the provision of Architectural consultancy services to assist SPT in the delivery of projects which require an architectural input.

      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 Architectural services:

      Architecture;

      Conservation;

      Historic Structure Refurbishment;

      Landscaping;

      Space Planning & Modelling;

      Site Supervision and Clerk of Works;

      Access/Disability Design and Audits;

      Building Surveying;

      Site Supervision.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Expertise and Understanding of Requirement / Weighting: 15 %
      Quality criterion - Name: Methodology and Work Plan / Weighting: 25 %
      Quality criterion - Name: Quality & Resilience of Personnel / Weighting: 20 %
      Quality criterion - Name: How the consultant will deliver ( / Weighting: 30 %
      Quality criterion - Name: Risk and Mitigation and Opportunity / Weighting: 10 %
      Price - Weighting: 40 %
      II.2.6)Estimated value
      II.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:

       

      This framework will be extended by 12 months at the soled discretion of SPT.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Stage One will be a qualification stage and will be evaluated by the responses laid out in your ESPD response as follows:

      a. Qualification Envelope: This requires to be completed only once regardless of the number of lots you wish to submit a bid for and contains standard ESPD questions.

      b. Technical Envelopes: The technical envelope contains procurement specific questions based on your background and capabilities. These questions are scored. Tenderers must submit a technical envelop response for each of the lots they intend to submit a bid for.

      Failure to meet the above requirements will result in your submission being set aside.

      Technical Envelope Questions

      Each element of each question will be individual scored on ratings between 0 — 4. The total number of points available in this section is 4 per question multiplied by the weighting as detailed in below.

      T1 Provide references of where your organisation has been part of a successful public sector framework (this may have been as a sub-contractor) in the past 5 years, detailing (weighting 30 %)

      Contracting Authority

      Size of the Framework

      Total value of the framework

      Length of the framework

      If the framework suppliers were ranked, what was your position

      Number of commissions your organisation was awarded

      Total value of commissions awarded to your organisation

      T2 Provide commentary and examples of commissions which provide sufficient examples to cover all expected competencies required, your organisations delivered from the framework, detailing (weighting 40 %)

      Contracting Authority

      Budgeted value and programme

      Actual value and programme

      detail of technical input

      Risks identified and mitigated

      Innovation

      VfM provided

      Key successes

      lessons learned

      T3 Provide an overview of the organisation structure which delivered the framework commissions listed in T2, detailing (weighting 30 %)

      Organisation structure

      How this was structure against various lots

      Resource profile

      Experience

      Resource locations

      Likely Team Leader for each specialism's CVs and short bios

      Head office details and details of the office of the likely commission manager.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Civil and Structural Engineering Services

       

      Lot No: 7
      II.2.2)Additional CPV code(s)
      71311000
      71311100
      71312000
      II.2.3)Place of performance
      NUTS code: UKM3
      Main site or place of performance:

       

      May be Scotland wide.

       

      II.2.4)Description of the procurement:

       

      This brief is for the provision of Civil Engineering consultancy services to assist SPT in the delivery of projects which require a civil and structural engineering input.

      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 Architectural services:

      Civil Engineering

      Structural Engineering;

      Permanent Way Design (Ballasted and Concrete Trackbed);

      Tunnelling including Refurbishment and Maintenance;

      Building Refurbishment;

      Drainage Design and Water and Waste Water Engineering;

      Geotechnical Engineering

      Roads, Highways, Bridges and Infrastructure Engineering;

      Specialised Transport Engineering Services for Bus Train Station Development;

      Cycle way Design;

      Pedestrian Way Design;

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Expertise and Understanding of Requirement ( / Weighting: 15 %
      Quality criterion - Name: Methodology and Work Plan / Weighting: 25 %
      Quality criterion - Name: Quality & Resilience of Personnel / Weighting: 20 %
      Quality criterion - Name: How the consultant will deliver / Weighting: 30 %
      Quality criterion - Name: Risk and Mitigation and Opportunity / Weighting: 10 %
      Price - Weighting: 40 %
      II.2.6)Estimated value
      II.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:

       

      There will a 12-month extension to this framework at the sole discretion of SPT.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Stage One will be a qualification stage and will be evaluated by the responses laid out in your ESPD response as follows:

      a. Qualification Envelope: This requires to be completed only once regardless of the number of lots you wish to submit a bid for and contains standard ESPD questions.

      b. Technical Envelopes: The technical envelope contains procurement specific questions based on your background and capabilities. These questions are scored. Tenderers must submit a technical envelop response for each of the lots they intend to submit a bid for.

      Failure to meet the above requirements will result in your submission being set aside.

      Technical Envelope Questions

      Each element of each question will be individual scored on ratings between 0 — 4. The total number of points available in this section is 4 per question multiplied by the weighting as detailed in below.

      T1 Provide references of where your organisation has been part of a successful public sector framework (this may have been as a sub-contractor) in the past 5 years, detailing (weighting 30 %)

      Contracting Authority

      Size of the Framework

      Total value of the framework

      Length of the framework

      If the framework suppliers were ranked, what was your position

      Number of commissions your organisation was awarded

      Total value of commissions awarded to your organisation

      T2 Provide commentary and examples of commissions which provide sufficient examples to cover all expected competencies required, your organisations delivered from the framework, detailing (weighting 40 %)

      Contracting Authority

      Budgeted value and programme

      Actual value and programme

      detail of technical input

      Risks identified and mitigated

      Innovation

      VfM provided

      Key successes

      lessons learned

      T3 Provide an overview of the organisation structure which delivered the framework commissions listed in T2, detailing (weighting 30 %)

      Organisation structure

      How this was structure against various lots

      Resource profile

      Experience

      Resource locations

      Likely Team Leader for each specialism's CVs and short bios

      Head office details and details of the office of the likely commission manager.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Mechanical and Electrical Engineering

       

      Lot No: 8
      II.2.2)Additional CPV code(s)
      45351000
      45315100
      71300000
      71314310
      71321000
      II.2.3)Place of performance
      NUTS code: UKM3
      Main site or place of performance:

       

      May be Scotland wide.

       

      II.2.4)Description of the procurement:

       

      This brief is for the provision of Mechanical and Electrical Engineering consultancy services to assist SPT in the delivery of projects across a range of mechanical and electrical railway assets and any other assets across the SPT estate, at all stages of the product lifecycle from specification to testing to operation and maintenance to disposal.

      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;

      Analysis, Simulation, Testing and Modelling;

      Safety, Reliability and Performance Improvement;

      Failure Root Cause analysis;

      Reverse Engineering (for specification determination);

      Cost-estimating including whole life estimates;

      Obsolescence management.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Expertise and Understanding of Requirement / Weighting: 15 %
      Quality criterion - Name: Methodology and Work Plan / Weighting: 25 %
      Quality criterion - Name: Quality & Resilience of Personnel / Weighting: 20 %
      Quality criterion - Name: How the consultant will deliver / Weighting: 30 %
      Quality criterion - Name: Risk and Mitigation and Opportunity / Weighting: 10 %
      Price - Weighting: 40 %
      II.2.6)Estimated value
      II.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:

       

      This contract will be extended by 12 months at the sole discretion of SPT.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Stage One will be a qualification stage and will be evaluated by the responses laid out in your ESPD response as follows:

      a. Qualification Envelope: This requires to be completed only once regardless of the number of lots you wish to submit a bid for and contains standard ESPD questions.

      b. Technical Envelopes: The technical envelope contains procurement specific questions based on your background and capabilities. These questions are scored. Tenderers must submit a technical envelop response for each of the lots they intend to submit a bid for.

      Failure to meet the above requirements will result in your submission being set aside.

      Technical Envelope Questions

      Each element of each question will be individual scored on ratings between 0 — 4. The total number of points available in this section is 4 per question multiplied by the weighting as detailed in below.

      T1 Provide references of where your organisation has been part of a successful public sector framework (this may have been as a sub-contractor) in the past 5 years, detailing (weighting 30 %)

      Contracting Authority

      Size of the Framework

      Total value of the framework

      Length of the framework

      If the framework suppliers were ranked, what was your position

      Number of commissions your organisation was awarded

      Total value of commissions awarded to your organisation

      T2 Provide commentary and examples of commissions which provide sufficient examples to cover all expected competencies required, your organisations delivered from the framework, detailing (weighting 40 %)

      Contracting Authority

      Budgeted value and programme

      Actual value and programme

      detail of technical input

      Risks identified and mitigated

      Innovation

      VfM provided

      Key successes

      lessons learned

      T3 Provide an overview of the organisation structure which delivered the framework commissions listed in T2, detailing (weighting 30 %)

      Organisation structure

      How this was structure against various lots

      Resource profile

      Experience

      Resource locations

      Likely Team Leader for each specialism's CVs and short bios

      Head office details and details of the office of the likely commission manager.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Signalling Telecoms and Control Systems

       

      Lot No: 9
      II.2.2)Additional CPV code(s)
      34632200
      45234115
      45316000
      45316200
      II.2.3)Place of performance
      NUTS code: UKM3
      Main site or place of performance:

       

      Glasgow.

       

      II.2.4)Description of the procurement:

       

      This brief is for the provision of Signalling, Telecoms and Control Systems consultancy services to assist SPT in the delivery of projects which require an electronic and systems engineering input.

      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 and Design;

      Radio communication systems.

      Fibre Optic/WIFI Communication Systems.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Expertise and Understanding of Requirement / Weighting: 15 %
      Quality criterion - Name: Methodology and Work Plan / Weighting: 25 %
      Quality criterion - Name: Quality and Resilience of Personnel / Weighting: 20 %
      Quality criterion - Name: How the consultant will deliver / Weighting: 30 %
      Quality criterion - Name: Risk and Mitigation and Opportunity / Weighting: 10 %
      Price - Weighting: 40 %
      II.2.6)Estimated value
      II.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:

       

      This framework will be extended by 12 months at the sole discretion of SPT.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Stage One will be a qualification stage and will be evaluated by the responses laid out in your ESPD response as follows:

      a. Qualification Envelope: This requires to be completed only once regardless of the number of lots you wish to submit a bid for and contains standard ESPD questions.

      b. Technical Envelopes: The technical envelope contains procurement specific questions based on your background and capabilities. These questions are scored. Tenderers must submit a technical envelop response for each of the lots they intend to submit a bid for.

      Failure to meet the above requirements will result in your submission being set aside.

      Technical Envelope Questions

      Each element of each question will be individual scored on ratings between 0 — 4. The total number of points available in this section is 4 per question multiplied by the weighting as detailed in below.

      T1 Provide references of where your organisation has been part of a successful public sector framework (this may have been as a sub-contractor) in the past 5 years, detailing (weighting 30 %)

      Contracting Authority

      Size of the Framework

      Total value of the framework

      Length of the framework

      If the framework suppliers were ranked, what was your position

      Number of commissions your organisation was awarded

      Total value of commissions awarded to your organisation

      T2 Provide commentary and examples of commissions which provide sufficient examples to cover all expected competencies required, your organisations delivered from the framework, detailing (weighting 40 %)

      Contracting Authority

      Budgeted value and programme

      Actual value and programme

      detail of technical input

      Risks identified and mitigated

      Innovation

      VfM provided

      Key successes

      lessons learned

      T3 Provide an overview of the organisation structure which delivered the framework commissions listed in T2, detailing (weighting 30 %)

      Organisation structure

      How this was structure against various lots

      Resource profile

      Experience

      Resource locations

      Likely Team Leader for each specialism's CVs and short bios

      Head office details and details of the office of the likely commission manager.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Energy Management and Environmental Engineering

       

      Lot No: 10
      II.2.2)Additional CPV code(s)
      71314200
      71314300
      71313000
      II.2.3)Place of performance
      NUTS code: UKM3
      Main site or place of performance:

       

      May be Scotland wide.

       

      II.2.4)Description of the procurement:

       

      This brief is for the provision of Energy management and environmental consultancy services to assist SPT in the delivery of carbon reduction, energy efficiency and environmental protection initiatives.

      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 Energy Management and Environmental Engineering requirements:

      Renewable Energy Application and Design

      Environmental impact assessment;

      Expert Policy Guidance on Water Management (waste and potable) and Licensing;

      Expert policy and guidance on waste management and recycling

      Expert policy and guidance on noise assessment and reduction

      Environmental and Occupational investigations, Sampling analysis and Interpretation;

      Energy management and energy efficiency

      Carbon footprint reduction and low carbon technologies.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Expertise and Understanding of Requirement / Weighting: 15 %
      Quality criterion - Name: Methodology and Work Plan / Weighting: 25 %
      Quality criterion - Name: Quality and Resilience of Personnel / Weighting: 20 %
      Quality criterion - Name: How the consultant will deliver / Weighting: 30 %
      Quality criterion - Name: Risk and Mitigation and Opportunity / Weighting: 10 %
      Price - Weighting: 40 %
      II.2.6)Estimated value
      II.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:

       

      This framework will be extended by 12 months at the sole discretion of SPT.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Stage One will be a qualification stage and will be evaluated by the responses laid out in your ESPD response as follows:

      a. Qualification Envelope: This requires to be completed only once regardless of the number of lots you wish to submit a bid for and contains standard ESPD questions.

      b. Technical Envelopes: The technical envelope contains procurement specific questions based on your background and capabilities. These questions are scored. Tenderers must submit a technical envelop response for each of the lots they intend to submit a bid for.

      Failure to meet the above requirements will result in your submission being set aside.

      Technical Envelope Questions

      Each element of each question will be individual scored on ratings between 0 — 4. The total number of points available in this section is 4 per question multiplied by the weighting as detailed in below.

      T1 Provide references of where your organisation has been part of a successful public sector framework (this may have been as a sub-contractor) in the past 5 years, detailing (weighting 30 %)

      Contracting Authority

      Size of the Framework

      Total value of the framework

      Length of the framework

      If the framework suppliers were ranked, what was your position

      Number of commissions your organisation was awarded

      Total value of commissions awarded to your organisation

      T2 Provide commentary and examples of commissions which provide sufficient examples to cover all expected competencies required, your organisations delivered from the framework, detailing (weighting 40 %)

      Contracting Authority

      Budgeted value and programme

      Actual value and programme

      detail of technical input

      Risks identified and mitigated

      Innovation

      VfM provided

      Key successes

      lessons learned

      T3 Provide an overview of the organisation structure which delivered the framework commissions listed in T2, detailing (weighting 30 %)

      Organisation structure

      How this was structure against various lots

      Resource profile

      Experience

      Resource locations

      Likely Team Leader for each specialism's CVs and short bios

      Head office details and details of the office of the likely commission manager.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Rail Engineering

       

      Lot No: 11
      II.2.2)Additional CPV code(s)
      71311230
      II.2.3)Place of performance
      NUTS code: UKM3
      Main site or place of performance:

       

      Glasgow.

       

      II.2.4)Description of the procurement:

       

      This brief is for the provision of Rail Engineering consultancy services to assist SPT in the delivery of projects which require railway industry expertise and experience.

      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 consultancy requirement:

      Railway engineering systems design including rolling stock, battery powered locomotives, 3rd rail high voltage traction power supply and distribution, signalling and control systems, ATO and permanent way

      Railway engineering systems maintenance planning and optimisation

      Railway engineering systems operation policy and procedures

      Railway systems legislation, standards and compliance.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Expertise and Understanding of Requirement / Weighting: 15 %
      Quality criterion - Name: Methodology and Work Plan / Weighting: 25 %
      Quality criterion - Name: Quality & Resilience of Personnel / Weighting: 20 %
      Quality criterion - Name: How the consultant will deliver / Weighting: 30 %
      Quality criterion - Name: Risk and Mitigation and Opportunity / Weighting: 10 %
      Price - Weighting: 40 %
      II.2.6)Estimated value
      II.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:

       

      This framework will be extended by 12 months at the sole discretion of SPT.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Stage One will be a qualification stage and will be evaluated by the responses laid out in your ESPD response as follows:

      a. Qualification Envelope: This requires to be completed only once regardless of the number of lots you wish to submit a bid for and contains standard ESPD questions.

      b. Technical Envelopes: The technical envelope contains procurement specific questions based on your background and capabilities. These questions are scored. Tenderers must submit a technical envelop response for each of the lots they intend to submit a bid for.

      Failure to meet the above requirements will result in your submission being set aside.

      Technical Envelope Questions

      Each element of each question will be individual scored on ratings between 0 — 4. The total number of points available in this section is 4 per question multiplied by the weighting as detailed in below.

      T1 Provide references of where your organisation has been part of a successful public sector framework (this may have been as a sub-contractor) in the past 5 years, detailing (weighting 30 %)

      Contracting Authority

      Size of the Framework

      Total value of the framework

      Length of the framework

      If the framework suppliers were ranked, what was your position

      Number of commissions your organisation was awarded

      Total value of commissions awarded to your organisation

      T2 Provide commentary and examples of commissions which provide sufficient examples to cover all expected competencies required, your organisations delivered from the framework, detailing (weighting 40 %)

      Contracting Authority

      Budgeted value and programme

      Actual value and programme

      detail of technical input

      Risks identified and mitigated

      Innovation

      VfM provided

      Key successes

      lessons learned

      T3 Provide an overview of the organisation structure which delivered the framework commissions listed in T2, detailing (weighting 30 %)

      Organisation structure

      How this was structure against various lots

      Resource profile

      Experience

      Resource locations

      Likely Team Leader for each specialism's CVs and short bios

      Head office details and details of the office of the likely commission manager.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Asset Management Engineering

       

      Lot No: 12
      II.2.2)Additional CPV code(s)
      71300000
      71320000
      II.2.3)Place of performance
      NUTS code: UKM3
      Main site or place of performance:

       

      Glasgow.

       

      II.2.4)Description of the procurement:

       

      This brief is for the provision of asset management consultancy services to assist SPT in the delivery of projects which require asset management, maintenance and life cycle planning and management of engineering information/data.

      Asset Management Engineering:

      Expertise in designing and implementing asset management systems

      Design, configuration and use of Enterprise Asset Management software systems

      Implementation of ISO 55000 management systems

      Design and implementation of condition based and risk-based maintenance programmes

      Engineering information systems reporting for KPIs and business continuous improvement

      Asset life cycle cost analysis and prediction

      Maintenance optimisation.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Expertise and Understanding of Requirement / Weighting: 15 %
      Quality criterion - Name: Methodology and Work Plan / Weighting: 25 %
      Quality criterion - Name: Quality & Resilience of Personnel / Weighting: 20 %
      Quality criterion - Name: How the consultant will deliver / Weighting: 30 %
      Quality criterion - Name: Risk and Mitigation and Opportunity / Weighting: 10 %
      Price - Weighting: 40 %
      II.2.6)Estimated value
      II.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:

       

      This framework will be extended by 12 months at the sole discretion of SPT.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Stage One will be a qualification stage and will be evaluated by the responses laid out in your ESPD response as follows:

      a. Qualification Envelope: This requires to be completed only once regardless of the number of lots you wish to submit a bid for and contains standard ESPD questions.

      b. Technical Envelopes: The technical envelope contains procurement specific questions based on your background and capabilities. These questions are scored. Tenderers must submit a technical envelop response for each of the lots they intend to submit a bid for.

      Failure to meet the above requirements will result in your submission being set aside.

      Technical Envelope Questions

      Each element of each question will be individual scored on ratings between 0 — 4. The total number of points available in this section is 4 per question multiplied by the weighting as detailed in below.

      T1 Provide references of where your organisation has been part of a successful public sector framework (this may have been as a sub-contractor) in the past 5 years, detailing (weighting 30 %)

      Contracting Authority

      Size of the Framework

      Total value of the framework

      Length of the framework

      If the framework suppliers were ranked, what was your position

      Number of commissions your organisation was awarded

      Total value of commissions awarded to your organisation

      T2 Provide commentary and examples of commissions which provide sufficient examples to cover all expected competencies required, your organisations delivered from the framework, detailing (weighting 40 %)

      Contracting Authority

      Budgeted value and programme

      Actual value and programme

      detail of technical input

      Risks identified and mitigated

      Innovation

      VfM provided

      Key successes

      lessons learned

      T3 Provide an overview of the organisation structure which delivered the framework commissions listed in T2, detailing (weighting 30 %)

      Organisation structure

      How this was structure against various lots

      Resource profile

      Experience

      Resource locations

      Likely Team Leader for each specialism's CVs and short bios

      Head office details and details of the office of the likely commission manager.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Property Services

       

      Lot No: 13
      II.2.2)Additional CPV code(s)
      70332000
      II.2.3)Place of performance
      NUTS code: UKM3
      Main site or place of performance:

       

      May be Scotland wide.

       

      II.2.4)Description of the procurement:

       

      This Brief is for the provision of Property services to assist SPT in the delivery of Estate Management services including professional advice, guidance, negotiation and assistance on property and estate issues.

      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 Property Services requirements:

      Rent Reviews;

      Lease breaks and lease expiries;

      Lease renewals;

      Dilapidations and property life cycle costing;

      Landlord and tenant issues including Landlord consents, service charge and claims;

      Rating — to provide a full range of rating support services;

      Strategic advice, including the preparation and development of an estate strategy;

      Procurement strategy for property related issues;

      Development consultancy and advice;

      Valuations including acquisition and disposal of property interests;

      Planning;

      Condition surveys;

      Service assurance;

      Compulsory purchase;

      Wayleaves and easements;

      Other neighbourly matters;

      General advice on estate and property management;

      Facilities Management;

      Contract and tender preparation related to Facilities Management/Property management;

      Property capital and revenue project management;Structural and building surveying including instructive survey investigations;

      Letting and marketing advice;

      Valuations for statutory account purposes including DRC valuations.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Expertise and Understanding of Requirement / Weighting: 15 %
      Quality criterion - Name: Methodology and Work Plan / Weighting: 25 %
      Quality criterion - Name: Quality and Resilience of Personnel / Weighting: 20 %
      Quality criterion - Name: How the consultant will deliver / Weighting: 30 %
      Quality criterion - Name: Risk and Mitigation and Opportunity / Weighting: 10 %
      Price - Weighting: 40 %
      II.2.6)Estimated value
      II.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:

       

      This framework will be extended by 12 months the sole discretion of SPT.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Stage One will be a qualification stage and will be evaluated by the responses laid out in your ESPD response as follows:

      a. Qualification Envelope: This requires to be completed only once regardless of the number of lots you wish to submit a bid for and contains standard ESPD questions.

      b. Technical Envelopes: The technical envelope contains procurement specific questions based on your background and capabilities. These questions are scored. Tenderers must submit a technical envelop response for each of the lots they intend to submit a bid for.

      Failure to meet the above requirements will result in your submission being set aside.

      Technical Envelope Questions

      Each element of each question will be individual scored on ratings between 0 — 4. The total number of points available in this section is 4 per question multiplied by the weighting as detailed in below.

      T1 Provide references of where your organisation has been part of a successful public sector framework (this may have been as a sub-contractor) in the past 5 years, detailing (weighting 30 %)

      Contracting Authority

      Size of the Framework

      Total value of the framework

      Length of the framework

      If the framework suppliers were ranked, what was your position

      Number of commissions your organisation was awarded

      Total value of commissions awarded to your organisation

      T2 Provide commentary and examples of commissions which provide sufficient examples to cover all expected competencies required, your organisations delivered from the framework, detailing (weighting 40 %)

      Contracting Authority

      Budgeted value and programme

      Actual value and programme

      detail of technical input

      Risks identified and mitigated

      Innovation

      VfM provided

      Key successes

      lessons learned

      T3 Provide an overview of the organisation structure which delivered the framework commissions listed in T2, detailing (weighting 30 %)

      Organisation structure

      How this was structure against various lots

      Resource profile

      Experience

      Resource locations

      Likely Team Leader for each specialism's CVs and short bios

      Head office details and details of the office of the likely commission manager.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Project Office Support

       

      Lot No: 14
      II.2.2)Additional CPV code(s)
      72224000
      71324000
      79994000
      48311100
      II.2.3)Place of performance
      NUTS code: UKM3
      Main site or place of performance:

       

      May be Scotland wide.

       

      II.2.4)Description of the procurement:

       

      This Brief is for the provision of multi-disciplinary Office Support Services.

      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 Project Office Support requirements.

      Quantity Surveying / Cost Consultancy

      Contract Administration

      Planning/Project Controls

      Document Controls (including SharePoint)

      Risk Management

      Project Management (multi-disciplinary).

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Expertise and Understanding of Requirement / Weighting: 15 %
      Quality criterion - Name: Methodology and Work Plan / Weighting: 25 %
      Quality criterion - Name: Quality & Resilience of Personnel / Weighting: 20 %
      Quality criterion - Name: How the consultant will deliver / Weighting: 30 %
      Quality criterion - Name: Risk and Mitigation and Opportunity / Weighting: 10 %
      Price - Weighting: 40 %
      II.2.6)Estimated value
      II.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:

       

      This framework will be extended by 12 months at the sole discretion of SPT.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Stage One will be a qualification stage and will be evaluated by the responses laid out in your ESPD response as follows:

      a. Qualification Envelope: This requires to be completed only once regardless of the number of lots you wish to submit a bid for and contains standard ESPD questions.

      b. Technical Envelopes: The technical envelope contains procurement specific questions based on your background and capabilities. These questions are scored. Tenderers must submit a technical envelop response for each of the lots they intend to submit a bid for.

      Failure to meet the above requirements will result in your submission being set aside.

      Technical Envelope Questions

      Each element of each question will be individual scored on ratings between 0 — 4. The total number of points available in this section is 4 per question multiplied by the weighting as detailed in below.

      T1 Provide references of where your organisation has been part of a successful public sector framework (this may have been as a sub-contractor) in the past 5 years, detailing (weighting 30 %)

      Contracting Authority

      Size of the Framework

      Total value of the framework

      Length of the framework

      If the framework suppliers were ranked, what was your position

      Number of commissions your organisation was awarded

      Total value of commissions awarded to your organisation

      T2 Provide commentary and examples of commissions which provide sufficient examples to cover all expected competencies required, your organisations delivered from the framework, detailing (weighting 40 %)

      Contracting Authority

      Budgeted value and programme

      Actual value and programme

      detail of technical input

      Risks identified and mitigated

      Innovation

      VfM provided

      Key successes

      lessons learned

      T3 Provide an overview of the organisation structure which delivered the framework commissions listed in T2, detailing (weighting 30 %)

      Organisation structure

      How this was structure against various lots

      Resource profile

      Experience

      Resource locations

      Likely Team Leader for each specialism's CVs and short bios

      Head office details and details of the office of the likely commission manager.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Specialist Consultancy Support for all operational and Maintenance system improvements

       

      Lot No: 15
      II.2.2)Additional CPV code(s)
      71300000
      71336000
      II.2.3)Place of performance
      NUTS code: UKM34
      Main site or place of performance:

       

      Glasgow.

       

      II.2.4)Description of the procurement:

       

      This Brief is for the provision of multi-disciplinary support for the on-going programme of Subway Modernisation.

      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 Subway Modernisation Support requirements.

      Independent Expertise on Existing System Inclusive of integration and migration of the existing system through the implementation of new rolling stock, signalling and control systems.

      Independent Expertise on New Trains, Signalling and Control Systems

      Independent Expertise on Innovative Approaches to Operations and Maintenance

      Specialist Support in Implementation of New Operating and Maintenance Systems and Supporting Processes (The services to be provided under this sub lot will focus on implementing a programme of improvement in maintenance systems and supporting processes in the subway).

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Expertise and Understanding of Requirement / Weighting: 15 %
      Quality criterion - Name: Methodology and Work Plan / Weighting: 25 %
      Quality criterion - Name: Quality & Resilience of Personnel / Weighting: 20 %
      Quality criterion - Name: How the consultant will deliver / Weighting: 30 %
      Quality criterion - Name: Risk and Mitigation and Opportunity / Weighting: 10 %
      Price - Weighting: 40 %
      II.2.6)Estimated value
      II.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:

       

      This framework will be extended for 12 months at the sole discretion of SPT.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      Stage One will be a qualification stage and will be evaluated by the responses laid out in your ESPD response as follows:

      a. Qualification Envelope: This requires to be completed only once regardless of the number of lots you wish to submit a bid for and contains standard ESPD questions.

      b. Technical Envelopes: The technical envelope contains procurement specific questions based on your background and capabilities. These questions are scored. Tenderers must submit a technical envelop response for each of the lots they intend to submit a bid for.

      Failure to meet the above requirements will result in your submission being set aside.

      Technical Envelope Questions

      Each element of each question will be individual scored on ratings between 0 — 4. The total number of points available in this section is 4 per question multiplied by the weighting as detailed in below.

      T1 Provide references of where your organisation has been part of a successful public sector framework (this may have been as a sub-contractor) in the past 5 years, detailing (weighting 30 %)

      Contracting Authority

      Size of the Framework

      Total value of the framework

      Length of the framework

      If the framework suppliers were ranked, what was your position

      Number of commissions your organisation was awarded

      Total value of commissions awarded to your organisation

      T2 Provide commentary and examples of commissions which provide sufficient examples to cover all expected competencies required, your organisations delivered from the framework, detailing (weighting 40 %)

      Contracting Authority

      Budgeted value and programme

      Actual value and programme

      detail of technical input

      Risks identified and mitigated

      Innovation

      VfM provided

      Key successes

      lessons learned

      T3 Provide an overview of the organisation structure which delivered the framework commissions listed in T2, detailing (weighting 30 %)

      Organisation structure

      How this was structure against various lots

      Resource profile

      Experience

      Resource locations

      Likely Team Leader for each specialism's CVs and short bios

      Head office details and details of the office of the likely commission manager.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      III.1.2)Economic and financial standing
      Minimum level(s) of standards possibly required:

       

      Bidders should answer Q4B.1.1 And provide the turnover figures for the previous three years. If you are unable to provide this information then an explanation must be given at Question 4B.3

      Insurance levels required in section 1.80.11 are:

      Professional Liability Insurance in the sum of no less than 5 000 000 GBP,

      Public Liability Insurance in the sum of no less than 10 000 000 GBP,

      Product Liability Insurance in the sum of no less than 5 000 000 GBP and

      Employers' Liability Insurance in the sum of no less than 5 000 000 GBP at least.

      Bidders should provide details of their Environmental Management Standards.

      Bidders should provide details of their Environmental Management Standards.

      Bidders should provide details of their Quality Assurance Scheme.

       

      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Restricted procedure
      IV.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: 70
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 30/01/2017
      Local time: 10:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 20/02/2017
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 120 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

       

      36 months.

       

      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      This ITT is a two stage process with all responses to be submitted via the Public contracts Scotland Tender website. All organisations must submit one response to the qualification envelope regardless of the number of lots being bid for. A technical envelope response must be submitted for each lot being bid for.

      The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 6812. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

      The Contracting Authority does not intend to include a sub-contract clause in this contract for the following reason:

      Although the total framework value is estimated be greater than 4 000 000 GBP, it is not estimated that any individual commission will exceed 4 000 000 GBP.

      The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

      Community benefits will not be evaluated as part of this contract. However, all consultants wishing to participate provide details of their activity in the community and social responsibilities.

      (SC Ref:468467).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Strathclyde Partnership for Transport
      131 St Vincent Street
      Glasgow
      G2 5JF
      United Kingdom
      Telephone: +44 1413333556
      Fax: +44 1413333224

      Internet address:www.spt.co.uk

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      08/12/2016
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 13.12.2016
Zuletzt aktualisiert 13.12.2016
Wettbewerbs-ID 2-250674 Status Kostenpflichtig
Seitenaufrufe 46