Free Listing Directory in Construction Area
BuildTech Week 2026

Highways consultancy services in Glasgow

Date: 2021-12-23

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses

Official name: Transport Scotland
Postal address: Buchanan House, 58 Port Dundas Road
Town: Glasgow
NUTS code: UKM82 Glasgow City
Postal code: G4 0HF
Country: United Kingdom
Contact person: Dominick Cafferkey
E-mail: Dominick.Cafferkey@transport.gov.scot
Telephone: +44 1412727100
Internet address(es):
Main address: http://www.transport.gov.scot
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00099

I.2)Information about joint procurement

The contract is awarded by a central purchasing body

I.4)Type of the contracting authority

National or federal agency/office

I.5)Main activity

Other activity: Transport

Section II: Object

II.1)Scope of the procurement

II.1.1)Title:

Multi-Supplier Framework Agreement for Roads Based Transportation Multi-Disciplinary Consultancy Services: 2021-2025

Reference number: TS/MP/SER/2020/04

II.1.2)Main CPV code

71311210 Highways consultancy services

II.1.3)Type of contract

Services

II.1.4)Short description:

Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Minsters. Over the forthcoming years Transport Scotland has identified the requirement to appoint suitably qualified and experienced multi-disciplinary consultants (“Consultants”) for provision of services to support delivery of a number of projects and schemes, anticipated from the second Strategic Transport Projects Review in response to the second National Transport Strategy (https://www.transport.gov.scot/media/47052/national-transport-strategy.pdf). (https://www.transport.gov.scot/our-approach/strategy/strategic-transport-projects-review-2/)

Such projects and schemes may include but are not limited to: Trunk Road projects; Road safety improvements (e.g. junction improvements); Bus priority schemes; Active travel schemes; Managed motorways or other capacity or demand management schemes; Intelligent transport solutions; Light rail (i.e. Trams and the like); Asset renewal schemes not within the Operating Company remit; and Environmental offsetting or compensatory schemes.

II.1.6)Information about lots

This contract is divided into lots: no

II.1.7)Total value of the procurement (excluding VAT)

Value excluding VAT: 40 000 000.00 GBP

II.2)Description

II.2.2)Additional CPV code(s)

71300000 Engineering services

71311220 Highways engineering services

71318000 Advisory and consultative engineering services

71311000 Civil engineering consultancy services

71311100 Civil engineering support services

71322000 Engineering design services for the construction of civil engineering works

71311200 Transport systems consultancy services

71311300 Infrastructure works consultancy services

71312000 Structural engineering consultancy services

71313000 Environmental engineering consultancy services

71313440 Environmental Impact Assessment (EIA) services for construction

II.2.3)Place of performance

NUTS code: UKM Scotland

II.2.4)Description of the procurement:

Transport Scotland, on behalf of the Scottish Ministers, has identified the requirement to appoint multi-disciplinary Consultants to provide services for forthcoming roads related transport infrastructure projects and schemes to support its investment in and improvement of the trunk road and transportation infrastructure network.

It has been concluded that this requirement would be best met through the use of a multiple supplier framework agreement (MFA). This will not be divided into separate lots.

The intent of the procurement competition is to appoint 5 Consultants under a MFA that will be in place for a period of 4 years, during which Transport Scotland shall be entitled to call-off services in relation to projects and schemes of varying size, complexity and value. Having multiple suppliers will provide flexibility to cover situations where potential conflicts of interest or capacity issues arise.

It is anticipated that these multi-disciplinary services will be called off via a rotational pattern up to an estimated value of 250,000 GBP. However, for services of greater value or of a particular complexity, Transport Scotland will have the option to run mini-competitions.

The scope of services anticipated under this MFA may include, but not be limited to:

- Development of programmes for project/schemes from inception through to completion;

- Overall project/scheme management;

- Assistance as required in the procurement, by competition, of other specialist consultants/contractors;

- Completion of Feasibility Studies, Route Action Plans and Scottish Transport Appraisal Guidance (STAG) assessments;

- Development of design options for roads based transportation projects (including bus priority schemes and light rail), asset renewal works and Active Travel facilities;

- Undertaking a Design Manual for Roads and Bridges (DMRB) Stage 2 and Stage 3 Assessment or equivalent route options and design and assessment work;

- Undertaking public and stakeholder consultation;

- Development of a detailed design or Specimen Design;

- Completing Environmental Impact Assessment Report;

- Performing the appropriate Statutory Processes;

- Providing support to the Employer at any statutory proceedings that may be required;

- Preparation of Tender and Contract Documentation;

- Construction Supervision, including a period of maintenance;

- Delivering, recording and reporting Education Liaison and other Community Benefits throughout the period of the Contract;

- Provision of training and mentoring services; and

- Any other related services requested by the Employer

Example work packages have been provided as a guide and can be downloaded via the Additional Documents located within the Additional Notice Options of the Public Contracts Scotland portal. This is a guide only at this stage and the actual work packages to be included in the framework agreement will be provided at tender stage.

It is envisaged that the services shall be provided at the Consultants own offices, with attendance required on an ad-hoc basis at Transport Scotland’s offices and construction sites. On occasion, the provider may be required to attend other locations within Scotland as and when required, including attending meetings at Transport Scotland’s main Glasgow office or other stakeholder offices or construction site offices when required.

The Consultant will be procured through the restricted procedure, a procedure under the Public Contracts (Scotland) Regulations 2015. This is a two-stage procedure, comprising a prequalification stage and a tender stage. Section II.2.9 of this Contract Notice summarises the criteria for choosing the limited number of candidates to be taken forward to tender stage.

In order to be considered for this procurement competition, economic operators must complete and submit an European Single Procurement Document (ESPD), which can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk).

II.2.5)Award criteria

Quality criterion - Name: Likely Quality Criteria: Approach to execution of the Services; technical competency and processes, staff / resources, and management systems. All criteria will be stated in the tender documents. / Weighting: 60

Quality criterion - Name: Cost Criteria: Final tenders will be assessed against evaluation criteria to determine the most economically advantageous submission. All criteria will be stated in the tender documents. / Weighting: 40

Price - Weighting: 40

II.2.11)Information about options

Options: no

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

The Framework Agreement will be based on Transport Scotland’s bespoke set of conditions. Each economic operator shall be invited to submit a Tender on the same contract terms.

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

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

Notice number in the OJ S: 2020/S 160-391208

IV.2.8)Information about termination of dynamic purchasing system

IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Contract No: TS/MP/SER/2020/04

A contract/lot is awarded: yes

V.2)Award of contract

V.2.1)Date of conclusion of the contract:

27/10/2021

V.2.2)Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: yes

V.2.3)Name and address of the contractor

Official name: Amey OW Ltd
Postal address: Chancery Exchange, 10 Furnival Street
Town: London
NUTS code: UKM Scotland
Postal code: EC4A 1AB
Country: United Kingdom
Telephone: +44 1313143073

The contractor is an SME: no

V.2.3)Name and address of the contractor

Official name: WSP UK Limited
Postal address: Three White Rose Office Park, Millshaw Park Lane,
Town: Leeds
NUTS code: UK United Kingdom
Postal code: LS11 0DL
Country: United Kingdom
Telephone: +44 2031166211

The contractor is an SME: no

V.2.3)Name and address of the contractor

Official name: Jacobs
Postal address: 95 Bothwell Street
Town: Glasgow
NUTS code: UKM Scotland
Postal code: G27HX
Country: United Kingdom
Telephone: +44 1412438000

The contractor is an SME: no

V.2.3)Name and address of the contractor

Official name: RPS
Postal address: 74 Boucher Road
Town: Belfast
NUTS code: UK United Kingdom
Postal code: BT12 6RZ
Country: United Kingdom
Telephone: +44 2890667914

The contractor is an SME: no

V.2.3)Name and address of the contractor

Official name: Stantec UK Ltd
Postal address: Fifth Floor, Lomond House, 9 George Square
Town: Glasgow
NUTS code: UKM Scotland
Postal code: G2 1DY
Country: United Kingdom
Telephone: +44 1413522360

The contractor is an SME: no

V.2.4)Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: 40 000 000.00 GBP

V.2.5)Information about subcontracting

Section VI: Complementary information

VI.3)Additional information:

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

(SC Ref:677097)

VI.4)Procedures for review

VI.4.1)Review body

Official name: Sheriff Clerk's Office
Postal address: PO Box 23, 1 Carlton, Place
Town: Glasgow
Postal code: G5 9DA
Country: United Kingdom
E-mail: glasgow@scotcourts.gov.uk

VI.4.3)Review procedure

Precise information on deadline(s) for review procedures:

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session.

VI.5)Date of dispatch of this notice:

17/12/2021

Tags: Glasgow, Highways consultancy services, infrastructure projects, trunk road, transportation infrastructure network
/images/banners/4. ConstructionArea MPU (Mic2) (1).gif