Section one: Contracting authority
one.1) Name and addresses
Social Security Scotland
3rd Floor, Agnes Husband House, 17 South Union Street
Dundee
DD1 4BF
Contact
Megan McLuskey
megan.mcluskey@socialsecurity.gov.scot
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
https://www.socialsecurity.gov.scot/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30345
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
OutSystems Services - Dynamic Purchasing System
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority has established a Dynamic Purchasing System (DPS) for Outsystems Services including Support, Maintenance, Application Development, Client-Side Support and Continuous Improvement.
The DPS is split into two (2) lots:
Lot 1 - Projects
Lot 2 - Digital Resources
.
No form of volume guarantee has been granted by the Authority. The Authority shall not be bound to order any of the services referred to within each lot description. The DPS will be open to entrants throughout its life who meet the minimum criteria.
Suppliers should note that the Authority may incorporate a preferred bidder stage in their invitation to tender process to allow them to carry out appropriate due diligence on the preferred supplier.
The Authority will have the right to request evidence that entry criteria is still valid at any point during the life of the Dynamic Purchasing System with evidence to be provided via an updated SPD to the Authority within 5 working days of request being issued.
There will be an ongoing requirement for suppliers to provide management information on call-off contracts awarded under this DPS.
Suppliers should be aware that there may be a requirement to indicate the names and professional qualifications of the staff assigned to performing the contract at any subsequent Call-Off
DPS call-offs may require the mandated payment of the Real Living Wage as a special contract condition, this will be determined on an individual call-off basis.
It is intended that the terms and conditions applicable to Call-Offs will be the Scottish Government ICT Model Services Contract. The Terms and Conditions will be refined for each applicable Call-Off.
Interested parties can apply for either or both lots. Interested parties do not need to meet all elements of the scope detailed within each lot to be awarded a place.
two.1.5) Estimated total value
Value excluding VAT: £8,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Projects
Lot No
1
two.2.2) Additional CPV code(s)
- 72267100 - Maintenance of information technology software
- 72267200 - Repair of information technology software
- 72223000 - Information technology requirements review services
- 72222300 - Information technology services
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Project work to include Support, Maintenance, Application Development, Client-Side Support Services and Continuous Improvement on the Outsystems platform.
Suppliers must have at least 12 months experience delivering the types of services within this lot.
Provide details about the services you can provide under this lot including at least 2 case study examples from the last 3 years demonstrating experience of development and deployment of applications, client-side support, continuous improvement and or support and maintenance on OutSystems platform. Maximum 750 words per example.
Examples from public and/or private sector may be provided. Please try and be as clear and concise as possible. Do not include hyperlinks or embed files to this response and ensure acronyms are explained in full.
A copy of the case study evidence form can be found at section 4C.1.2 of the Single Procurement Document (SPD) Scotland within Public Contracts Scotland – Tender (PCS-T). The form should be downloaded, populated with relevant case study examples and uploaded.
Suppliers should be aware there is not a requirement to provide all services within this lot, applications can be submitted for discrete elements of the services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40% - 80%
Price - Weighting: 20% - 60%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
This DPS is expected to run for a period of four years until January 2027. There are no time limit restrictions on a DPS and Social Security Scotland reserve the right to shorten, terminate or extend the operation of the DPS at any time
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Digital Resources
Lot No
2
two.2.2) Additional CPV code(s)
- 72222300 - Information technology services
- 72000000 - IT services: consulting, software development, Internet and support
- 72600000 - Computer support and consultancy services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Resources for a specific output to support the following areas - Support, Maintenance, Application Development, Client Side Support and Continuous Improvement on the OutSystems platform.
The anticipated services and/or role profile include (but not limited to) the following:
Digital Specialists
Quality Assurance
Network Advice Specialists
Project/Programme Managers
UX/UI
Dev Ops
Business Analysts
User Researchers
Software Engineers
Data Analytical Specialists
Solutions Architect
Technical Architect
Security Architect
Testing Specialist
Pen Testing Specialists
Suppliers must have at least 12 months experience delivering the types of services within this lot.
Please provide details about the services you can provide under this lot including at least 2 relevant case study examples from the last 3 years. Maximum 350 words per example.
Provide evidence of experience in providing resources for a specific piece of work for development and deployment of applications and or support and maintenance on OutSystems Platform.
Examples from public and/or private sector may be provided. Please try and be as clear and concise as possible. Do not include hyperlinks or embed files to this response and ensure acronyms are explained in full.
A copy of the case study evidence form can be found at section 4C.1.2 of the Single Procurement Document (SPD) Scotland within Public Contracts Scotland – Tender (PCS-T). The form should be downloaded, populated with relevant case study examples and uploaded.
Suppliers should be aware there is not a requirement to provide all services within this lot, applications can be submitted for discrete elements of the services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40% - 80%
Price - Weighting: 20% - 60%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
This DPS is expected to run for a period of four years until January 2027. There are no time limit restrictions on a DPS and Social Security Scotland reserve the right to shorten, terminate or extend the operation of the DPS at any time.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
It is a requirement of this contract that suppliers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employers Liability - minimum 5m (FIVE MILLION GBP)
Public Liability - minimum 2m (TWO MILLION GBP)
Professional Indemnity - minimum 1m (ONE MILLION GBP, we will accept cover in the aggregate)
The Authority will access a Dun & Bradstreet report for the supplier's organisation and use the information contained within it to assist with the assessment of the
supplier's economic and financial standing.
Suppliers must achieve a D&B Failure Score of 20 or above
or
Suppliers must submit 2 Years Audited Accounts for assessment. Where 2 years of audited accounts cannot be provided suppliers should provide a Financial Assurance.
Please be advised that additional insurances may be requested through call-off requirements.
Suppliers from the UK will be required to provide their tax reference numbers: i.e Value Added Tax registration number, PAYE collection reference and Corporation Tax or Self-Assessment reference, as applicable. Please enter this number in section 2A question 2A.2 of the SPD.
Overseas and non-UK suppliers will be required to submit a certificate of tax compliance obtained from the country in which they are a resident for tax purposes)
three.1.3) Technical and professional ability
List and brief description of selection criteria
It is a requirement of this DPS that suppliers must have previous experience with the OutSystems Platform as stated within section II.2) Description of this contract notice under Lot 1 Projects and Lot 2 Digital Resources.
The Authority will have the right to request evidence that entry criteria is still valid at any point during the life of the Dynamic Purchasing System with evidence to be provided via an updated SPD to the Authority within 5 working days of request being issued.
Bidders will be required to provide at least two different examples of your experience for each Lot that demonstrate that they have the relevant
experience to deliver the services within the Lot.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-030330
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 January 2027
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
19 January 2027
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: January 2027
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Quality Management Procedures - The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
OR
The bidder must have the following:
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
.
Health and Safety - The bidder must hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with ISO 45001 Occupational Health and Safety Management (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
OR
The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.
Note Organisations with fewer than five employees are not required by law to have a documented policy statement.
.
Environmental Management Systems/Standards Certificates - The Bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,
OR
The bidder must have the following:
An Environmental policy or statement outlining your organisations commitment to reducing its impact on the environment.
.
Cyber Security - It is mandatory that suppliers hold a suitable third-party Cyber Security accreditation e.g. Cyber Essentials, Cyber Essentials Plus, ISO 27001:2013, IASME Gold or are able to provide evidence of equivalency as part of their application. Failure to confirm that a suitable third-party accreditation is held will result in suppliers not gaining entry to the DPS.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Requirements will be included in any subsequent call-off
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
Requirements will be included at any subsequent call-off
(SC Ref:718867)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom