Section one: Contracting authority
one.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
Telephone
+44 1412425628
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/
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/
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
Telephony and Communication Services Dynamic Purchasing System
Reference number
SP-21-039
two.1.2) Main CPV code
- 64200000 - Telecommunications services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority is establishing a collaborative Dynamic Purchasing System (DPS) for Telephony And Communication Services. The DPS will comprise of two lots:
Lot 1 - Telephony and Communication Services
Lot 2 - Enterprise Bundled Services
two.1.5) Estimated total value
Value excluding VAT: £12,000,000
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
Telephony and Communication Services
Lot No
1
two.2.2) Additional CPV code(s)
- 32321200 - Audio-visual equipment
- 32342100 - Headphones
- 32342200 - Earphones
- 32342440 - Voice-mail system
- 32344100 - Portable receivers for calling and paging
- 32351000 - Accessories for sound and video equipment
- 32400000 - Networks
- 32410000 - Local area network
- 32420000 - Network equipment
- 32430000 - Wide area network
- 32500000 - Telecommunications equipment and supplies
- 32510000 - Wireless telecommunications system
- 32520000 - Telecommunications cable and equipment
- 32540000 - Switchboards
- 32550000 - Telephone equipment
- 45314200 - Installation of telephone lines
- 48200000 - Networking, Internet and intranet software package
- 48214000 - Network operating system software package
- 48219100 - Gateway software package
- 48219500 - Switch or router software package
- 48219700 - Communications server software package
- 48219800 - Bridge software package
- 48314000 - Voice recognition software package
- 48316000 - Presentation software package
- 48500000 - Communication and multimedia software package
- 48510000 - Communication software package
- 48821000 - Network servers
- 48900000 - Miscellaneous software package and computer systems
- 50312300 - Maintenance and repair of data network equipment
- 50330000 - Maintenance services of telecommunications equipment
- 51300000 - Installation services of communications equipment
- 51340000 - Installation services of line telephony equipment
- 64213000 - Shared-business telephone network services
- 64214000 - Dedicated-business telephone network services
- 64214200 - Telephone switchboard services
- 64214400 - Communication land-line rental
- 64215000 - IP telephone services
- 64216000 - Electronic message and information services
- 64222000 - Teleworking services
- 64223000 - Paging services
- 64224000 - Teleconferencing services
- 64226000 - Telematics services
- 64227000 - Integrated telecommunications services
- 71316000 - Telecommunication consultancy services
- 72315000 - Data network management and support services
- 72710000 - Local area network services
- 72720000 - Wide area network services
- 79510000 - Telephone-answering services
- 79511000 - Telephone operator services
- 79512000 - Call centre
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Suppliers must complete the Single Procurement Document (SPD) Scotland and meet the minimum entry criteria, detailed within this Contract Notice, to be established on the DPS.
Due to the wide and diverse nature of this lot, it is not possible to list all the types of services envisaged. However, some examples (non-exhaustive list) include;
Provision of voice calls services & infrastructure, electronic billing services, broadband provision & services, Direct Dial-In (DDI) provision, traditional telephony including line rental including, telephony as a service, Public Switched Telephony Network (PSTN), Integrated Services Digital Network (ISDN), migration management support, paging services, non-geographic numbers, Directory Enquiries, Voice over Internet Protocol (VoIP), Session Initiation Protocol (SIP) trunks, point to point circuits, provision of Internet Protocol (IP) telephony, telephony software services, provision of telephony through a hosted or cloud based solution, call centre/contact centre, maintenance and support services, messaging services, unified communications, Intelligent Voice Response (IVR), automated call distribution, audio conferencing, web conferencing, video conferencing, webcasting, wi-fi services.
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. Examples from public and/or private sector may be provided. Please try and be as clear and concise as possible and preferably within 2 sides of text on the relevant case study evidence form. Do not include hyperlinks or embed files to this response and ensure acronyms are explained in full. Note: at least two case study examples are required for each lot.
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 can apply for either or both lots.
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: Technical Weighting / Weighting: 40-80%
Price - Weighting: 20-60%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
An initial period of 36 months with an option for an additional 12 months
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.2.14) Additional information
Economic operators may be excluded from this DPS if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Enterprise Bundled Services
Lot No
2
two.2.2) Additional CPV code(s)
- 31712112 - SIM cards
- 32250000 - Mobile telephones
- 32252000 - GSM telephones
- 32252100 - Hands-free mobile telephones
- 32321200 - Audio-visual equipment
- 32342100 - Headphones
- 32342200 - Earphones
- 32342440 - Voice-mail system
- 32344100 - Portable receivers for calling and paging
- 32351000 - Accessories for sound and video equipment
- 32400000 - Networks
- 32410000 - Local area network
- 32420000 - Network equipment
- 32430000 - Wide area network
- 32500000 - Telecommunications equipment and supplies
- 32510000 - Wireless telecommunications system
- 32520000 - Telecommunications cable and equipment
- 32530000 - Satellite-related communications equipment
- 32540000 - Switchboards
- 32550000 - Telephone equipment
- 45314200 - Installation of telephone lines
- 48214000 - Network operating system software package
- 48219100 - Gateway software package
- 48219500 - Switch or router software package
- 48219700 - Communications server software package
- 48219800 - Bridge software package
- 48314000 - Voice recognition software package
- 48316000 - Presentation software package
- 48500000 - Communication and multimedia software package
- 48510000 - Communication software package
- 48821000 - Network servers
- 48900000 - Miscellaneous software package and computer systems
- 50312300 - Maintenance and repair of data network equipment
- 50330000 - Maintenance services of telecommunications equipment
- 51300000 - Installation services of communications equipment
- 51340000 - Installation services of line telephony equipment
- 64212000 - Mobile-telephone services
- 64213000 - Shared-business telephone network services
- 64214000 - Dedicated-business telephone network services
- 64214200 - Telephone switchboard services
- 64214400 - Communication land-line rental
- 64215000 - IP telephone services
- 64216000 - Electronic message and information services
- 64222000 - Teleworking services
- 64223000 - Paging services
- 64224000 - Teleconferencing services
- 64226000 - Telematics services
- 64227000 - Integrated telecommunications services
- 71316000 - Telecommunication consultancy services
- 72315000 - Data network management and support services
- 72710000 - Local area network services
- 72720000 - Wide area network services
- 79510000 - Telephone-answering services
- 79511000 - Telephone operator services
- 79512000 - Call centre
- 48200000 - Networking, Internet and intranet software package
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Suppliers must complete the Single Procurement Document (SPD) Scotland and meet the minimum entry criteria detailed within this Contract Notice to be established on the DPS.
The scope of this lot will include all services as detailed within Lot 1 and will also include mobile voice and data services.
This lot will provide a one stop shop for organisations who wish to purchase all their telephony and communication solutions through a single procurement exercise.
Mobile voice and data services can be procured via this lot but only as part of wider services from Lot 1 and cannot be procured as a standalone requirement.
Suppliers must have at least 12 months experience delivering the 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. Examples from public and/or private sector may be provided. Please note that suppliers are required to demonstrate case study evidence of providing bundled services. This evidence should include mobile voice and data services in addition to some, or all, of the services within Lot 1 as single project/procurement.
Please try and be as clear and concise as possible and preferably within 2 sides of text on the relevant case study evidence form. Do not include hyperlinks or embed files to this response and ensure acronyms are explained in full. Note: at least two case study examples are required for each lot.
A copy of the case study evidence form can be found at section 4C.1.2 of the Single Procurement Document (SPD) Scotland document within Public Contracts Scotland – Tender (PCS-T). The form should be downloaded, populated with relevant case study examples and uploaded.
Suppliers can apply for either or both lots.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40-80%
Price - Weighting: 20-60%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
An initial period of 36 months with an option for an additional 12 months.
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.2.14) Additional information
Economic operators may be excluded from this DPS if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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 DPS that suppliers hold or can commit to obtain prior to being established on the DPS, the types of insurance indicated below:
Employer's (Compulsory) Liability Insurance = in accordance with any legal obligation for the time being in force.
Public Liability insurance of Minimum GBP 1M
Professional Indemnity insurance of Minimum GBP 1M
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
To gain entry to the DPS, 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 (or failure to provide suitable evidence of equivalency) will result in suppliers not gaining entry to the DPS. The response to the Cyber Security question should be provided at section 2.4 within PCS-T.
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
The dynamic purchasing system might be used by additional purchasers
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: 2021/S 000-019359
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 March 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
28 March 2025
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: March 2026
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
Please note within PCS-T there are mandatory questions relating to Fair Work and Cyber Security.
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 buying organisations 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.
The DPS will be available for use by the Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, The Office for the Secretary of State for Scotland, the Scottish Parliamentary Corporate Body, councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994, , bodies registered as social landlords under the Housing (Scotland) Act 2001, Scottish health boards or special health boards, Student Loans Company Limited, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Scottish Futures Trust, Equality and Human Rights Commission, Business Stream Ltd, the Business Gateway National Unit at the Convention of Scottish Local Authorities, further or higher education institutions being fundable bodies within the meaning of section 6 of the further and Higher Education (Scotland) Act 2005, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing. In addition to the contracting authorities listed, the framework agreement will be available to charities entered on the Scottish Charity Register and voluntary organisations entered on the Membership Database of the Scottish Council for Voluntary Organisations.
Information about agencies of the Scottish Ministers ,Scottish Non-Departmental Public Bodies and offices in the Scottish Administration which are not ministerial offices are listed at
http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies
Overview of the governance structure of public procurement for Scotland, including the Public Procurement Group.
https://www.gov.scot/publications/public-procurement-governance/
Community Benefits requirements will be determined at each individual call-off contract.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 20254. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community Benefits requirements will be determined at each individual call-off contract.
(SC Ref:672959)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Sheriff Clerk's Office, PO Box 23, 1 Carlton Place
Edinburgh
EH1 1LB
Telephone
+44 1312252525
Fax
+44 1312258899
Country
United Kingdom