MFA for Transport and Land-Use Modelling, Appraisal and Transport Planning Services (2021-2024/5)

A Tender Notice
by TRANSPORT SCOTLAND

Source
Find a Tender
Type
Framework (Services)
Duration
35.5 month
Value
£12M
Sector
TRANSPORT
Published
21 May 2021
Delivery
To 21 Mar 2025 (est.)
Deadline
21 Jun 2021 11:00

Concepts

Location

Scotland:

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

Transport Scotland on behalf of the Scottish Ministers has identified an on-going need for the services of experienced consultants to carry out services in connection with Transport and Land-Use Modelling and Transport Appraisal and Planning. Transport Scotland, on behalf of the Scottish Ministers, wishes to progress a procurement competition for a Multi-Supplier Framework Agreement. The Framework Agreement, to cover 3 years with a 1-year extension option, will be available for use by Regional Transport Partnerships and other Scottish Government Directorates. The framework will consist of the following Lots: - Lot 1 is for Development, Update and Application of Transport Models; - Lot 2 is for Advice on the Case for Transport Investment; - Lot 3 is for Development, Update and Application of Economic and Land-Use Models; and - Lot 4 is for Transport Planning Advice.

Lot Division

1 Development, Update and Application of Transport Models
  • Value: £5M

The scope of Lot 1 Services is centred around general updates to the Transport Model for Scotland (TMfS) and keeping future year scenarios up to date. This will include providing advice, improving and maintaining a new suite of scenario-based transport models. The Services will also include adding and improving functionality to new or existing models, including TMfS, second-tier models (regional models) and third-tier models (local area models). During the framework period, a National Accessibility Model will be adopted into LATIS Lot 1 and will be part of the development and maintenance requirement. It should be noted that most of the current LATIS models have some degree of interface to the national Transport, Economic and Land-use Model of Scotland (TELMoS). All Lot 1 models exist to support the Scottish Ministers in the testing and appraisal of projects and policies and while these have traditionally focussed on road and rail projects, the modelling framework is expanding to address a wider range of policies, scenarios and metrics, reflecting the outcomes sought by the second National Transport Strategy (NTS2).

2 Advice on the Case for Transport Investment
  • Value: £3M

The Lot 2 Services relate to the development of business cases for transport policies, programmes and key priority projects. The work undertaken should align with Transport Scotland’s published guidance on the development of business cases and align with Scottish Transport Appraisal Guidance (STAG). The focus of Lot 2 Services is the preparation of business cases which provide the rationale for a project, policy or programme following the process outlined by HM Treasury’s Five Case Model set. This will principally entail advising on the on ‘The Strategic Case’ and ‘The Socio-Economic Case’ at the Strategic, Outline and Final stages of business case development. The Services may also require inputs to ‘The Commercial Case’, ‘The Financial Case’ and ‘The Management Case’ of the Outline and Final stages. Framework Suppliers need to have an awareness of the increasingly wide range of factors and policy drivers influencing the Employer requirements to be able to appraise policies and projects that reflect the outcomes sought by NTS2.

3 Development, Update and Application of Economic and Land-Use Models
  • Value: £1M

The Services under Lot 3 will primarily relate to the development, update and application of the Transport, Economic and Land-Use Model of Scotland (TELMoS) to facilitate the output of strategic transport and land-use planning advice for authorities and third parties. TELMoS will have many interactions with modelling and policy appraisal work undertaken within the other three Lots and an understanding of their requirements is essential. The delivery of Lot 3 Services will require an active and collaborative role to be undertaken in the model audit process on TELMoS, and also on audits of other LATIS models where there is functional interaction with TELMoS. All modelling work undertaken in Lot 3 is to support the Scottish Ministers in the testing and appraisal of projects and policies and while these have traditionally focussed on road and rail projects, the modelling framework is expanding to address a wider range of policies, scenarios and metrics, reflecting the outcomes sought by the second National Transport Strategy (NTS2).

4 Transport Planning Advice
  • Value: £3M

Lot 4 entails a broad array of transport planning services. Advising upon and auditing the full range of traffic, transport and land-use models and business cases that support transport projects, programmes and policies in accordance with STAG, the Design Manual for Roads and Bridges (DMRB), Governance for Railway Investment Projects (GRIP) and HM Treasury and Transport Scotland guidance on business cases. The scope embraces national models (TMfS and TELMoS); second-tier models (regional models) and third-tier models (local area models). In addition, advice, audit and appraisal Services are required to support the development of business cases for transport projects and policies. Lot 4 also requires the provision of expert advice on Transport Appraisals undertaken by Transport Scotland and other parties for projects, development plans and policies. Further, this Lot will entail the evaluation of all transport projects in accordance with the appropriate guidance, such as Scottish Trunk Road Infrastructure Project Evaluation (STRIPE); rail projects evaluation and HM Treasury's Magenta book. In all aspects of Lot 4 Services the Framework Suppliers need to have an awareness of the increasingly wide range of factors and policy drivers influencing the Employer requirements to be able to appraise all transport proposals and evaluate project outcomes against the policy objectives of NTS2.

Renewal Options

The potential exists for a 12-month extension.

Award Criteria

Assessment will be based on tenderer’s approach to execution and delivery of services; providing suitable staff; management of resources and risks; innovation; adding value and community benefits. 70
Final tenders will be assessed against evaluation criteria to determine the most economically advantageous submission. Further information will be included in the tender documents. 30

CPV Codes

  • 71311200 - Transport systems consultancy services
  • 71311210 - Highways consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71621000 - Technical analysis or consultancy services
  • 71311000 - Civil engineering consultancy services
  • 71311230 - Railway engineering services
  • 79310000 - Market research services

Indicators

  • This is a one-off contract (no recurrence)
  • Renewals are available.
  • Financial restrictions apply.
  • Professional qualifications are sought.
  • Staff qualifications are relevant.
  • Technical restrictions apply.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** Transport Scotland will conduct the proposed procurement process for the Contract on behalf of the Scottish Ministers. In the event of the conclusion of the contract, it is the intention that the Contract will be entered into between the Scottish Ministers and the 3 most economically advantageous tenderers for Lots 1 and 2, the single most economically advantageous tender for Lot 3, and the 4 most economically advantageous tenderers for Lot 4. Each selected economic operator shall be invited to submit a Tender on the same contract terms. The submission, comprising the completed SPD, shall be submitted via the Public Contracts Scotland portal, by no later than 12:00hrs GMT on 18 June 2021. 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 out with the control of the economic operator, the determination of which shall be at the sole discretion of the Scottish Ministers. Compliance with achieving the specified deadline is the sole responsibility of the economic operator. Economic operators which alter their composition after making a submission will be the subject of re-evaluation. Any request by Economic Operators for clarification of any part of the documentation shall be made through the Public Contracts Scotland website. The deadline to submit questions relating to the submission via the Public Contracts Scotland portal is 12:00hrs GMT on 7 June 2021. For this procurement suppliers will be required to undertake a cyber security assessment. This will be conducted using the public sector Cyber Security Procurement Support Tool (CSPST) and more details are contained in the accompanying Supplementary Information Document (SID). NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=566784. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. Download the SPD document here: https://www.publiccontractsscotland. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=643822. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Further information is included in the Supplementary Information Document. (SC Ref:643822) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=643822

Reference

Domains