Opportunity

Telephony Services Dynamic Purchasing System

  • Scottish Government

F02: Contract notice

Notice reference: 2022/S 000-008437

Published 29 March 2022, 3:36pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

Contact

David Box

Email

david.box@gov.scot

Telephone

+44 7919014604

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.gov.scot/

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 Services Dynamic Purchasing System

Reference number

SP-17-032

two.1.2) Main CPV code

  • 64200000 - Telecommunications services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority is further extending its Telephony Services Dynamic Purchasing System (DPS) for an additional 5 months until 31 August 2022. This short extension is to cover in-flight procurements whilst the replacement DPS is being established. The DPS will remain open for new suppliers to apply to join. However, existing suppliers that are currently on the DPS do not need to re-apply and will remain on the DPS. Full details of the requirement can be found on the previous Contract Notice which was issued on 29 June 2018, details as follows:

OJEU Number: 2019/S 221-542232

Reference Number/Notice ID: JUN323642

OCID: ocds-r6ebe6-0000547002

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

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

Traditional Telephony

Lot No

1

two.2.2) Additional CPV code(s)

  • 64200000 - Telecommunications services
  • 32500000 - Telecommunications equipment and supplies
  • 64223000 - Paging services
  • 32424000 - Network infrastructure
  • 32521000 - Telecommunications cable
  • 32427000 - Network system
  • 32416100 - ISDX network
  • 32420000 - Network equipment
  • 32428000 - Network upgrade
  • 32342450 - Voice recorders
  • 32522000 - Telecommunications equipment
  • 48513000 - Modem software package
  • 31712113 - Cards containing integrated circuits
  • 48514000 - Remote access software package
  • 48516000 - Exchange software package
  • 64214400 - Communication land-line rental
  • 64214000 - Dedicated-business telephone network services
  • 32412100 - Telecommunications network
  • 32416000 - ISDN network
  • 32421000 - Network cabling
  • 32429000 - Telephone network equipment
  • 32551000 - Telephone cables and associated equipment
  • 51340000 - Installation services of line telephony equipment
  • 32423000 - Network hubs
  • 64213000 - Shared-business telephone network services
  • 32544000 - PABX equipment
  • 32400000 - Networks
  • 32524000 - Telecommunications system
  • 32545000 - PABX systems
  • 79510000 - Telephone-answering services
  • 32344100 - Portable receivers for calling and paging
  • 51300000 - Installation services of communications equipment
  • 32332200 - Telephone-answering machines
  • 32412000 - Communications network
  • 32342440 - Voice-mail system
  • 32520000 - Telecommunications cable and equipment
  • 32543000 - Telephone switchboards
  • 32523000 - Telecommunications facilities
  • 32552000 - Electrical apparatus for line telephony or line telegraphy
  • 32415000 - Ethernet network
  • 64214200 - Telephone switchboard services
  • 32546000 - Digital switching equipment
  • 64227000 - Integrated telecommunications services
  • 48314000 - Voice recognition software package
  • 32540000 - Switchboards
  • 48510000 - Communication software package
  • 32541000 - Switchboard equipment
  • 32510000 - Wireless telecommunications system
  • 64210000 - Telephone and data transmission services
  • 32342100 - Headphones
  • 32422000 - Network components
  • 32550000 - Telephone equipment
  • 79511000 - Telephone operator services
  • 64224000 - Teleconferencing services
  • 32542000 - Switchboard panels
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32342200 - Earphones
  • 64220000 - Telecommunication services except telephone and data transmission services
  • 64212200 - Enhanced Messaging Service (EMS) services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Full details of the requirements for Lot 1 can be found on the previous Contract Notice which was issued on 29 June 2018, details as follows:

OJEU Number: 2019/S 221-542232

Reference Number/Notice ID: JUN323642

OCID: ocds-r6ebe6-0000547002

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

50

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: 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

Internet Protocol (IP) Telephony

Lot No

2

two.2.2) Additional CPV code(s)

  • 64200000 - Telecommunications services
  • 64215000 - IP telephone services
  • 64210000 - Telephone and data transmission services
  • 32500000 - Telecommunications equipment and supplies
  • 32410000 - Local area network
  • 32430000 - Wide area network
  • 72720000 - Wide area network services
  • 79512000 - Call centre
  • 48512000 - Interactive voice response software package
  • 64227000 - Integrated telecommunications services
  • 64223000 - Paging services
  • 32424000 - Network infrastructure
  • 32521000 - Telecommunications cable
  • 32427000 - Network system
  • 32416100 - ISDX network
  • 32420000 - Network equipment
  • 32428000 - Network upgrade
  • 32342200 - Earphones
  • 32342450 - Voice recorders
  • 32522000 - Telecommunications equipment
  • 48513000 - Modem software package
  • 31712113 - Cards containing integrated circuits
  • 48514000 - Remote access software package
  • 48516000 - Exchange software package
  • 64214400 - Communication land-line rental
  • 64214000 - Dedicated-business telephone network services
  • 32412100 - Telecommunications network
  • 32421000 - Network cabling
  • 32429000 - Telephone network equipment
  • 32551000 - Telephone cables and associated equipment
  • 51340000 - Installation services of line telephony equipment
  • 32423000 - Network hubs
  • 64213000 - Shared-business telephone network services
  • 32544000 - PABX equipment
  • 32400000 - Networks
  • 32524000 - Telecommunications system
  • 32545000 - PABX systems
  • 79510000 - Telephone-answering services
  • 32344100 - Portable receivers for calling and paging
  • 51300000 - Installation services of communications equipment
  • 32332200 - Telephone-answering machines
  • 32412000 - Communications network
  • 32342440 - Voice-mail system
  • 32520000 - Telecommunications cable and equipment
  • 32543000 - Telephone switchboards
  • 32523000 - Telecommunications facilities
  • 32552000 - Electrical apparatus for line telephony or line telegraphy
  • 32415000 - Ethernet network
  • 64214200 - Telephone switchboard services
  • 32546000 - Digital switching equipment
  • 48314000 - Voice recognition software package
  • 32540000 - Switchboards
  • 48510000 - Communication software package
  • 32541000 - Switchboard equipment
  • 32510000 - Wireless telecommunications system
  • 32342100 - Headphones
  • 32422000 - Network components
  • 32550000 - Telephone equipment
  • 79511000 - Telephone operator services
  • 32542000 - Switchboard panels
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32417000 - Multimedia networks
  • 64224000 - Teleconferencing services
  • 64212200 - Enhanced Messaging Service (EMS) services
  • 64220000 - Telecommunication services except telephone and data transmission services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Full details of the requirements for Lot 2 can be found on the previous Contract Notice which was issued on 29 June 2018, details as follows:

OJEU Number: 2019/S 221-542232

Reference Number/Notice ID: JUN323642

OCID: ocds-r6ebe6-0000547002

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

50

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: 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

Enterprise Bundled Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 64200000 - Telecommunications services
  • 64215000 - IP telephone services
  • 64210000 - Telephone and data transmission services
  • 32500000 - Telecommunications equipment and supplies
  • 32410000 - Local area network
  • 32430000 - Wide area network
  • 72720000 - Wide area network services
  • 79512000 - Call centre
  • 48512000 - Interactive voice response software package
  • 64227000 - Integrated telecommunications services
  • 64223000 - Paging services
  • 64212000 - Mobile-telephone services
  • 32250000 - Mobile telephones
  • 64212100 - Short Message Service (SMS) services
  • 32424000 - Network infrastructure
  • 32521000 - Telecommunications cable
  • 32427000 - Network system
  • 32416100 - ISDX network
  • 32420000 - Network equipment
  • 32428000 - Network upgrade
  • 32342200 - Earphones
  • 32342450 - Voice recorders
  • 32522000 - Telecommunications equipment
  • 48513000 - Modem software package
  • 31712113 - Cards containing integrated circuits
  • 48514000 - Remote access software package
  • 32252000 - GSM telephones
  • 64212500 - General Packet Radio Services (GPRS) services
  • 48516000 - Exchange software package
  • 64214400 - Communication land-line rental
  • 64212300 - Multimedia Message Service (MMS) services
  • 64214000 - Dedicated-business telephone network services
  • 32412100 - Telecommunications network
  • 32416000 - ISDN network
  • 32421000 - Network cabling
  • 32429000 - Telephone network equipment
  • 32551000 - Telephone cables and associated equipment
  • 51340000 - Installation services of line telephony equipment
  • 64212700 - Universal Mobile Telephone System (UMTS) services
  • 32423000 - Network hubs
  • 64213000 - Shared-business telephone network services
  • 32544000 - PABX equipment
  • 32400000 - Networks
  • 32524000 - Telecommunications system
  • 32545000 - PABX systems
  • 79510000 - Telephone-answering services
  • 32344100 - Portable receivers for calling and paging
  • 51300000 - Installation services of communications equipment
  • 64212600 - Enhanced Data for GSM Evolution (EDGE) services
  • 32332200 - Telephone-answering machines
  • 32412000 - Communications network
  • 32252100 - Hands-free mobile telephones
  • 32342440 - Voice-mail system
  • 32520000 - Telecommunications cable and equipment
  • 32543000 - Telephone switchboards
  • 32523000 - Telecommunications facilities
  • 32552000 - Electrical apparatus for line telephony or line telegraphy
  • 32415000 - Ethernet network
  • 64214200 - Telephone switchboard services
  • 32546000 - Digital switching equipment
  • 48314000 - Voice recognition software package
  • 32540000 - Switchboards
  • 48510000 - Communication software package
  • 32541000 - Switchboard equipment
  • 32510000 - Wireless telecommunications system
  • 32342100 - Headphones
  • 32422000 - Network components
  • 32550000 - Telephone equipment
  • 79511000 - Telephone operator services
  • 31712112 - SIM cards
  • 64224000 - Teleconferencing services
  • 32542000 - Switchboard panels
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32417000 - Multimedia networks
  • 64220000 - Telecommunication services except telephone and data transmission services
  • 64212200 - Enhanced Messaging Service (EMS) services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Full details of the requirements for Lot 3 can be found on the previous Contract Notice which was issued on 29 June 2018, details as follows:

OJEU Number: 2019/S 221-542232

Reference Number/Notice ID: JUN323642

OCID: ocds-r6ebe6-0000547002

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

50

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: 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 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: 2019/S 221-542232

four.2.2) Time limit for receipt of tenders or requests to participate

Date

30 August 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

31 August 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31 August 2022


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: The replacement DPS is the Telephony and Communication Services DPS. The Contract Notice was issued on 17 February 2022 and is now open for applications. The URL for the Contract Notice on Public Contracts Scotland for the new DPS is set out below:

https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN323642

Both DPS will run concurrently for a short period.

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

This notice formally extends the Telephony Services Dynamic Purchasing System (DPS) for a further 5 months from 31 March 2022 to 31 August 2022. This short extension is to cover in-flight procurements whilst the replacement DPS is being established.

The DPS will remain open for new suppliers to apply to join. However, existing suppliers that are currently on the DPS do not need to re-apply and will remain on the DPS. Full details of the requirement can be found on the previous Contract Notice which was issued on 29 June 2018, details as follows:

OJEU Number: 2019/S 221-542232

Reference Number/Notice ID: JUN323642

OCID: ocds-r6ebe6-0000547002

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 10849. 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:688486)

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

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Fax

+44 1312258899

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court