Section one: Contracting authority
one.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
Telephone
+44 1412420207
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/
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
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
Digital Technology and Cyber 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 Scottish Government is establishing a collaborative Dynamic Purchasing System (DPS) for Digital Technology and Cyber Services. A key objective of this DPS is to offer a straightforward, flexible route to market for all Scottish public sector organisations with a requirement for digital technology and cyber services across four lots:
- Digital Technology Projects and Services
- Digital Technology Resources
- Digital Training Services
- Cyber Security Services
Potential participants must complete the SPD (Single Procurement Document) and meet the minimum entry criteria to participate on the DPS.
For details of public sector organisations who can access the DPS please see section (VI.3 Additional Information).
The Digital Technology and Cyber Services DPS will be open for new applicants throughout its lifetime.
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
Cyber Security Services
Lot No
4
two.2.2) Additional CPV code(s)
- 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
Cyber Security Services Lot will provide cyber security services and resources that will aim to support digital and cyber resilience for public bodies.
The nature of services and resources typically required is diverse and some examples (non-exhaustive list) are; Cyber Security Specialists, Cyber Security services such as:- Penetration Testing, Cyber Security training and Assessment, Security Architecture Services, Risk Assessment and Management Services, Audit Review & Compliance, Incident Management & Response, Security Testing and Digital Forensics.
The scope of this Lot will focus on the supply of services and resources assisting the delivery of cyber resilience. Cyber resilience services and resources will also likely involve: providing expert advice; recommendations; training; or systems testing and assessment.
To assess your suitability for Lot 4 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Cyber Security Services similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted.
Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only.
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 in the lot descriptions.
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
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 20
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 Training Services
Lot No
3
two.2.2) Additional CPV code(s)
- 72212931 - Training software development services
- 80500000 - Training services
- 80531200 - Technical training services
- 80533000 - Computer-user familiarisation and training services
- 80533100 - Computer training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Digital Training Services Lot will provide 3rd party ICT training services and support for Public Bodies.
The nature of services and resources typically required is diverse and some examples (non-exhaustive list) are; off the shelf ICT training courses such as PRINCE2, Agile, Lean, etc. This could also include bespoke ICT training development for internal systems or an end to end service such as training requirements gathering, training strategy development and implementation. Individual trainers and training services such as "train the trainer" or Agile coaching are also included in scope. The services can be delivered in a classroom setting or remotely depending on the requirements. Training services or courses not related to ICT or Digital Technology are out of scope of this DPS.
To assess your suitability for Lot 3 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Digital Training Services similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted.
Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only.
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 in the lot descriptions.
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
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 20
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 Technology Resources
Lot No
2
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
- 64200000 - Telecommunications services
- 71242000 - Project and design preparation, estimation of costs
- 71316000 - Telecommunication consultancy services
- 72224000 - Project management consultancy services
- 72224100 - System implementation planning services
- 79421200 - Project-design services other than for construction work
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Digital Technology Resources Lot will provide resource skills and expertise in support of digital technology projects or services provided by Public Bodies. Resources will typically assist with the delivery of digital technology requirements and will be commissioned to deliver specific objectives and tasks.
The nature of digital technology resources typically required is diverse and some examples (non-exhaustive list) are; digital specialists, project & programme managers, user researcher, digital service design, business analysts, system designer, solutions architect, data architect, data modeller, product manager, systems developer, quality assurance analyst, web operations engineer, senior software engineer, network engineers/specialists, infrastructure engineers, test engineers data and analytics specialists and data scientists.
To assess your suitability for Lot 2 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Digital Technology Resources similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted.
Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only.
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 in the lot descriptions.
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
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 50
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 Technology Projects and Services
Lot No
1
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
- 72230000 - Custom software development services
- 72232000 - Development of transaction processing and custom software
- 72260000 - Software-related services
- 72211000 - Programming services of systems and user software
- 72212000 - Programming services of application software
- 72243000 - Programming services
- 72221000 - Business analysis consultancy services
- 72300000 - Data services
- 72400000 - Internet services
- 72500000 - Computer-related services
- 72590000 - Computer-related professional services
- 72600000 - Computer support and consultancy services
- 72800000 - Computer audit and testing services
- 48200000 - Networking, Internet and intranet software package
- 48800000 - Information systems and servers
- 48900000 - Miscellaneous software package and computer systems
- 48730000 - Security software package
- 48731000 - File security software package
- 48732000 - Data security software package
- 50312100 - Maintenance and repair of mainframe computers
- 50323000 - Maintenance and repair of computer peripherals
- 72267000 - Software maintenance and repair services
- 72610000 - Computer support services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
This Digital Technology Projects and Services Lot will provide 3rd party supplier delivery and support for digital technology services for Public Bodies.
Typically these digital technology projects or services will have known outcomes, objectives; deliverables; milestones and identified methodologies (e.g. agile and PRINCE2). Digital technology projects can be delivered in grouped or isolated phases including an end to end transformation of digital services from strategy/business need development right through to retire/exit or for ad-hoc requirements as part of a wider programme or project. These digital technology projects often need expertise to assist organisations to help develop and deliver specific pieces of work on a service, programme or project. Whilst not all digital projects use agile there is a growing use of the individual phases; Discovery, Alpha, Beta and Live. Suppliers may be be asked to undertake the end to end project or the independent phases.
Due to the wide and diverse nature of Digital Technology Projects and Services, it is not possible to list all the types envisaged - but some examples are; Integration Services, Managed ICT Services, ICT Support, Digital transformation projects, digital/on-line services, software and infrastructure engineering, user research, content design, service design, user experience, testing and auditing, training, service delivery/support, enablement services, server and infrastructure maintenance services, data analytics/services and Data science projects.
To assess your suitability for Lot 1 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Digital Technology Projects and Services similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted.
Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only.
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 in the lot descriptions.
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
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 50
Objective criteria for choosing the limited number of candidates:
There is no maximum limit to the number of candidates in a dynamic purchasing system
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Applicants 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 & 3 of the SPD.
Overseas and non-UK Potential Participants will be required to submit a certificate of tax compliance obtained from the country in which they are a resident for tax purposes.
The Authority has the right to request evidence that entry criteria is still valid at any point during the lifecycle 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. Approved suppliers will be asked to confirm their details annually on the anniversary of the implementation of the DPS.
It is a requirement of this DPS that suppliers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance as a minimum indicated below in accordance with any legal obligation for the time being in force:
Public Liability insurance of Minimum GBP 1M
Employers Liability insurance of Minimum GBP 5M
Professional Indemnity insurance of Minimum GBP 1M
Project specific insurance levels will be issued alongside the tender documentation at call-off stage.
The Dynamic Purchasing System 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 Scotland Office, the Scottish Parliamentary Corporate Body, councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994, Scottish Fire & Rescue Service, the Scottish Police Authority, Scottish health boards or special health boards, all NHS Scotland, The Integrated Joint Boards established further to the Public Bodies (Joint Working) Act 2014, bodies registered as social landlords under the Housing (Scotland) Act 2001, Student Loans Company Limited, the Forestry Commission, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, 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 DPS 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 Scottish Public Bodies is available at:
http://www.scotland.gov.uk/Topics/Government/public-bodies/about
Information about the Review of Public Procurement in Scotland and links to the other Centres of Expertise are available at:
http://www.scotland.gov.uk/Topics/Government/Procurement
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
There will be an ongoing requirement to provide management information on the call-off contracts awarded through the DPS.
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
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: 2022/S 000-031304
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 March 2027
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
31 March 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: No
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 there is a Technical Envelope within PCS-Tender regarding both Fair Work and Cyber Security. Your responses are required for information purposes and are not part of the selection criteria. Applications will not be accepted via the PCS-T system unless you complete this Envelope.
Organisations who use the DPS for call-offs will issue them electronically through PCS-Tender. Many organisations use PCS-Tender, however for those organisations who do not use PCS-Tender, alternative electronic routes may also be used and are acceptable. We envisage the value of call off contracts to range from thousands to multi millions however no form of volume guarantee has been granted by the Authority. All participants awarded a place on a Lot on the DPS will be invited to all contract opportunities within the lot. Award criteria will be based on best price-quality ratio (see sect II.2.5 of this OJEU for ranges) which will be formulated more precisely at call-off and may incorporate mandatory minimum requirements bidders have to achieve.
This dynamic purchasing system supports national digital policies and frameworks such as:
Digital First Service Standard - https://resources.mygov.scot/standards/digital-first/
Scotland’s Digital Future: High Level Operating Framework - http://www.gov.scot/Resource/0048/00482416.pdf
Participants should be aware there is not a requirement to bid for all lots or provide all services under each Lot.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 23070. 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:
The Scottish Government is committed to contributing to the social, economic and environmental well-being of the people of Scotland, in order to create a more successful country, with opportunities for all of Scotland to flourish, through increasing sustainable economic growth.
(SC Ref:722635)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court
27 Chambers St
Edinburgh
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom