Tender

Case 487142

  • Scottish Government

F02: Contract notice

Notice identifier: 2022/S 000-002388

Procurement identifier (OCID): ocds-h6vhtk-030fed

Published 27 January 2022, 10:15am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Email

ross.cameron@gov.scot

Telephone

+44 131247556

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scotland.gov.uk

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