Traffic Scotland Operations and Infrastructure Services Contract

A Contract Award Notice
by TRANSPORT SCOTLAND

Source
OJEU
Type
Contract (Services)
Duration
5 year (est.)
Value
£48M
Sector
TRANSPORT
Published
20 Dec 2021
Delivery
To 20 Dec 2026 (est.)
Deadline
n/a

Concepts

Location

Glasgow

Geochart for 3 buyers and 2 suppliers

3 buyers

2 suppliers

Description

The scope of the Contract comprises compliance with and delivery of all responsibilities, services and works activities as described: Lot 1 Operations is for the delivery of the Traffic Scotland National Control Centre (and back up facility as may be required). This involves the use of multiple data streams and information sources to pro-actively monitor and support the safe, efficient and resilient operation of the trunk road network, by providing real time traffic and travel information to the public and stakeholders through a wide variety of communication channels. Lot 2 Infrastructure is for the maintenance of existing, and construction of new or replacement Traffic Scotland equipment generally comprising of all intelligent transport systems related equipment, transmission buildings located on the road network including all Scottish Trunk Roads and part of the non-trunk road, associated communications equipment, computers and operator workstations operated, maintained and developed in the provision of the Traffic Scotland Service. Economic Operators can tender for one (1) or both Lots, however a maximum of one (1) Lot will be awarded to an Economic Operator. Where a Successful Economic Operator has submitted a Final Tender for both Lots and their Aggregated Quality and Price Score result in them being the most economically advantageous tenderer in both Lots, they shall be awarded the Lot in which they have attained the greatest difference between their Aggregated Quality and Price Score (measured to two decimal places) and the second placed tenderer’s Aggregated Quality and Price Score (measured to two decimal places). Where there is no such difference, they shall be awarded the Lot with the greatest difference between their price score and the second placed tenderer’s price score. The remaining Lot shall be awarded to the second placed Economic Operator for that Lot. In the event that there is more than one compliant Final Tender Submission with the same Aggregated Quality and Price Score in second place in the remaining Lot, the Economic Operator with the lowest Price shall be awarded the remaining Lot.

Lot Division

1 Traffic Scotland Operations and Infrastructure Services Contract - Lot 1 Operations

Transport Scotland on behalf of the Scottish Ministers has identified the requirement to appoint two (2) suitably experienced Economic Operators to deliver the Traffic Scotland Operations and Infrastructure Services Contract split into: - Traffic Scotland Operations and Infrastructure Services Contract – Lot 1 Operations; and - Traffic Scotland Operations and Infrastructure Services Contract – Lot 2 Infrastructure. Economic operators can tender for one (1) or both Lots, however a maximum of one (1) Lot will be awarded to an Economic Operator. For clarity and avoidance of doubt, in relation to the award restriction this applies to any Economic Operator, and includes any parent or any member of the Economic Operator, or any reliant entity (which includes sub-contractors) who the Economic Operator is relying on in terms of technical and professional ability and/or economic and financial standing, in terms of Regulation 64 of the Public Contracts (Scotland) Regulations. The initial Contract term is five (5) years from the commencement of service date with an option to extend for up to a further two (2) years at one (1) year periods at the Scottish Ministers discretion. The estimated Contract value (including the total extension period) for Lot 1 – Operations is GBP 21,000,000 GBP. The Contract terms and conditions will be based on ICE 5th Generation which has been amended by Transport Scotland. Each successful Economic Operator shall be invited to submit a tender on the same Contract terms. The contractor will be procured through a restricted tender procedure, in accordance with Public Contracts (Scotland) Regulations 2015. To be considered for the Contract Economic Operators are required to complete the European Single Procurement Document (ESPD) in accordance with this Contract Notice. Economic Operators shall be evaluated in accordance with Public Contracts (Scotland) Regulations 2015, on the basis of information they have provided within the ESPD. The ESPD can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). The scope of the Contract for Lot 1 - Operations comprises:- - Delivery of the Traffic Scotland Service from the Traffic Scotland National Control Centre -Use a range of reporting / analytics tools to review historic network performance and inform future planning (including events) - Provision of real time traffic information - Maintain road status and traffic information data - Facilities Management of Traffic Scotland National Control Centre (South Queensferry) and Backup Facility (Glasgow) - Communicate with a wide range of stakeholders / media / operational partners - Provision of Traffic Scotland Radio Service - Strategic Traffic Signals (operate/ monitor/configure) - Monitor and Operate Traffic Scotland Systems - Proposal of service/system enhancements - Undertake user acceptance testing of Traffic Scotland System - Monitor and report faults on Variable Mandatory Speed Limit (VMSL) including Highway Agency Digital Enforcement Camera System 3 (HADEC 3) - Coordinate and oversee response to planned or unplanned events (resilience) Further information on the requirements and objectives of the Contract can be found in the attached supplementary document reference "TSOIS Industry Day Presentation–23 May 2019” and “TSOIS Industry Day Presentation Questions and Answers–23 May 2019”. The information contained in these documents is preliminary and will be supplemented with further information at tender stage. No warranty or representation of any kind is given as to the accuracy or completeness of such information.

Award Criteria
Quality Criterion 40.0
PRICE 60.0
2 Traffic Scotland Operations and Infrastructure Services Contract - Lot 2 Infrastructure

Transport Scotland on behalf of the Scottish Ministers has identified the requirement to appoint two (2) suitably experienced Economic Operators to deliver the Traffic Scotland Operations and Infrastructure Services Contract split into: - Traffic Scotland Operations and Infrastructure Services Contract – Lot 1 Operations and - Traffic Scotland Operations and Infrastructure Services Contract – Lot 2 Infrastructure. … For clarity and avoidance of doubt in relation to the award restriction this applies to any Economic Operator , and includes any parent or any member of the Economic Operator, or any reliant entity (which includes sub-contractors) who the Economic Operator is relying on in terms of technical and professional ability and/or economic and financial standing, in terms of Regulation 64 of the Public Contracts (Scotland) Regulations. The initial Contract term is five (5) years from the commencement of service date with an option to extend for up to a further two (2) years at one (1) year periods at the Scottish Ministers discretion. The estimated Contract value (including the total extension period) for Lot 2 – Infrastructure is GBP 49,000,000. Lot 2 Contract will include indicative maximum value thresholds for categories of Ordered work. These thresholds are subject to change during the Contract based on the performance of the service provider. The Contract terms and conditions will be based on ICE 5th Generation which has been amended by Transport Scotland. Each successful Economic Operator shall be invited to submit a tender on the same Contract terms. The contractor will be procured through a restricted tender procedure, in accordance with Public Contracts (Scotland) Regulations 2015. To be considered for the Contract Economic Operators are required to complete the European Single Procurement Document (ESPD) in accordance with this Contract Notice. Economic Operators shall be evaluated in accordance with Public Contracts (Scotland) Regulations 2015, on the basis of information they have provided within the ESPD. The ESPD can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). The scope of the Contract for Lot 2 – Infrastructure comprises:- - Inspection and Maintenance of all Traffic Scotland Equipment - Utilisation of Asset Performance Management System and Fault Management System - Design, installation and commissioning of new and replacement Traffic Scotland Equipment - Principal Designer duties (CDM) - Principal Contractor duties(CDM) - Collection/upload of accurate traffic data - Maintain inventory of spares - Manage and maintain static and dynamic road status data associated with Traffic Scotland Systems - Inspect, maintain, repair and renew the Infrastructure associated with Variable Mandatory Speed Limits and the Highways Agency Digital Enforcement Camera System 3 (HADEC 3) excluding repair and replacement of Home Office Type Approval (HOTA) equipment. Further information on the requirements and objectives of the Contract can be found in the attached supplementary document reference "TSOIS Industry Day Presentation–23 May 2019” and “TSOIS Industry Day Presentation Questions and Answers–23 May 2019”. The information contained in these documents is preliminary and will be supplemented with further information at tender stage. No warranty or representation of any kind is given as to the accuracy or completeness of such information.

Award Criteria
Quality criterion 30.0
PRICE 70.0

Award Detail

1 Mobility Ibi Egis Mobiie (Glasgow)
  • Traffic Scotland Operations and Infrastructure Services Contract - Lot 1 Operations
  • Num offers: 2
  • Value: £15,000,000
2 Amey OW (London)
  • Traffic Scotland Operations and Infrastructure Services Contract - Lot 2 Infrastructure
  • Num offers: 2
  • Value: £33,000,000

CPV Codes

  • 63700000 - Support services for land, water and air transport
  • 92210000 - Radio services
  • 34972000 - Traffic-flow measuring system
  • 63712700 - Traffic control services
  • 63712710 - Traffic monitoring services
  • 72514100 - Facilities management services involving computer operation
  • 79993000 - Building and facilities management services
  • 34970000 - Traffic-monitoring equipment
  • 72315000 - Data network management and support services
  • 72700000 - Computer network services
  • 72910000 - Computer back-up services
  • 63712200 - Highway operation services
  • 72300000 - Data services
  • 34996100 - Traffic lights
  • 32552120 - Emergency telephones
  • 34923000 - Road traffic-control equipment
  • 32573000 - Communications control system
  • 34924000 - Variable message signs
  • 45316210 - Installation of traffic monitoring equipment
  • 45233141 - Road-maintenance works
  • 50230000 - Repair, maintenance and associated services related to roads and other equipment
  • 71320000 - Engineering design services
  • 50312310 - Maintenance of data network equipment
  • 72314000 - Data collection and collation services
  • 32424000 - Network infrastructure
  • 45314300 - Installation of cable infrastructure

Indicators

  • Award on basis of price and quality.

Other Information

Following the Prior Information Notice issued May 2019, we highlight the following:- 1- Further estimates on the value of Lot 1 and Lot 2 has resulted in an increase in the estimated value. 2 - The Principal Designer duties under CDM and the design of new/replacement Traffic Scotland equipment have been removed from Lot 1 and included within Lot 2 scope. Economic Operators are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. The Scottish Ministers shall not evaluate any submission received past the specified deadline, unless the delay is caused by a situation outwith the control of the Economic Operator, the determination of which shall be at the sole discretion of the Scottish Ministers. Compliance with achieving the specified deadline is the sole responsibility of the Economic Operator. Economic Operators which alter their composition after making a submission will be the subject of re-evaluation. Any request by Economic Operators for clarification of any part of the documentation shall be made through the Public Contracts Scotland website. The deadline to submit questions relating to the submission via the Public Contracts Scotland portal is noon on 17/4/2020. The Scottish Ministers shall not be responsible in any way to Economic Operators as a result of any delay or failure in answering any request for clarification or any decision not to answer a request for clarification (either in full or in part). Absence of a response from the Scottish Ministers shall not entitle Economic Operators to qualify their submission. The Scottish Ministers reserve the right not to conclude any contract as a result of the procurement process initiated by this notice and to make whatever changes the Scottish Minsters deem appropriate to the content, process, timing and structure of the procurement process. Transport Scotland and the Scottish Ministers shall have no liability for any costs howsoever incurred by those participating in the competition. Economic Operators should be aware that all information submitted to the Scottish Ministers may need to be disclosed and/or published by the Scottish Ministers in compliance with the Freedom of Information (Scotland) Act 2002. The Scottish Ministers, Transport Scotland and their advisers shall not be liable for any errors or omissions or lack of specificity in such information. Any reliance on or use of any information contained within the document is entirely at the risk of the Economic Operator. (SC Ref:676276)

Reference

Domains