Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Telephone
+44 131247556
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html
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/web/login.html
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/web/login.html
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Case 487142
Reference number
IT Managed Service to Maintain LS-CMI IT System
two.1.2) Main CPV code
- 72222300 - Information technology services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government has a requirement to place a contract with an external service provider for the provision of an IT Managed Service to Maintain the Level of Service Case Management Inventory (LS/CMI) System.
two.1.5) Estimated total value
Value excluding VAT: £2,550,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Scottish Government has a requirement to place a contract with an external service provider for the provision of an IT Managed Service to Maintain the Level of Service Case Management Inventory (LS/CMI) System.
The 2021-22 Programme for Scottish Government document sets out the intention to promote a fairer more equal society. This contract will assist by supporting Justice Social Workers (JSW) and the Scottish Prison Service (SPS) to assess and manage the level of risk posed by certain individuals to the public and to inform their case management needs.
A summary of the Service Providers responsibilities is as follows;
-Bug/issue fixing as and when identified by users;
- Service Help Desk (email/helpdesk number) as central
point of contact for raising any system
errors/issues and addressing these promptly and
effectively;
- Security patching where dictated in support of the
development/test instance;
- Release management, system updates and installation;
- Provide advice and support to all agencies using the
system on an ongoing basis;
- Where new content/change requests are identified and
approved by the Scottish Government, the IT Managed
Service Provider will develop, test, and implement
new applications and provide appropriate guidance
and support to users;
- Until the system is migrated to cloud, in order to
maintain the high security level of the PSN system,
a series of annual IT health checks (including PEN
tests) require to be carried out. In addition, a
detailed audit log requires to be maintained to
capture all actions within the database.
- Maintain close communication with the Scottish
Government through a representative attending
quarterly meetings of the LS/CMI Change Board to
ensure effective communication between all agencies
about the cause and effects of any changes that are
to be installed to the system.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,550,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
+2 (24 Months) +2 (24 Months). 48 Months Maximum. Any extension being at the sole discretion of the Purchaser.
two.2.10) Information about variants
Variants will be accepted: Yes
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
Financial Ratios (ESPD 4B6) - Bidders must demonstrate a Current Ratio of 1 (one) or more.
Current Ratio will be calculated as follows: net current assets divided by net current liabilities.
Minimum level(s) of standards possibly required
- Public Liability Insurance (In the sum not less) - 2,000,000 GBP;
- Professional Indemnity Insurance (In the sum not less) - 5,000,000 GBP;
- Employer’s Liability Insurance - 5,000,000 GBP;
- Cyber Liability Insurance (In the sum not less) - 1,000,000 GBP;
Such insurance must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination of the Contract.
three.1.3) Technical and professional ability
List and brief description of selection criteria
ISO/IEC 27001 or equivalent
Minimum level(s) of standards possibly required
Must have achieved, or be committed to achieving prior to contract award, ISO/IEC 27001 (Information Security Management Systems Requirements) relevant to the service requirements.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
2 March 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
2 March 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Jun 2027
six.3) Additional information
Variant contract submissions will be accepted in order to actively encourage potential bidders to propose innovative or alternative approaches that meet their requirements in a more cost efficient and value for money manner.
The procurement documents contain supporting guidelines for any bidder who wishes, in addition to the submission of a standard compliant tender response, to submit a second and separate Variant response to the tender.
Note: A variant response on its own, in the absence of a compliant tender response, cannot be accepted (and therefore will not be evaluated).
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20570. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:680825)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
27 Chambers Street
Edinburgh
EH11LB
Country
United Kingdom
Internet address
www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-co