Tender

Social Programme Management (SPM) Dynamic Purchasing System 2.0

  • Scottish Government

F02: Contract notice

Notice identifier: 2022/S 000-015874

Procurement identifier (OCID): ocds-h6vhtk-0344a7

Published 9 June 2022, 12:56pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Contact

Maxine Mullen

Email

maxine.mullen@gov.scot

Telephone

+44 1412420133

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/esop/pts-host/public/pts/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/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Social Programme Management (SPM) Dynamic Purchasing System 2.0

Reference number

CASE/608274

two.1.2) Main CPV code

  • 72222300 - Information technology services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority is establishing a Dynamic Purchasing System (DPS) for Social Programme Management (SPM) Services split into a two lots for the provision of Lot 1. SPM Projects and Lot 2. SPM Resources.

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

SPM Projects

Lot No

1

two.2.2) Additional CPV code(s)

  • 48810000 - Information systems
  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Suppliers must have previous design, configuration and implementation experience of the Social Programme Management Platform

(SPM) product (currently IBM Curam) This must be organisational experience of delivering this technology as a Lead or Sub-contractor and must be the

organisation’s experience in successfully delivering these SPM Projects not just individual staff with experience.

This SPM Projects Lot will provide third party supplier delivery and support for Social Security core case management platform. Typically these digital technology projects will be delivered using an Agile approach however alternative methods may also be used.

SPM Projects may include but not limited to; SPM Development Projects, SPM

Client Side Support, SPM Application Support, SPM Design and Architecture, SPM Data Analysis, SPM Training, SPM Training Material.

two.2.5) Award criteria

Quality criterion - Name: Quality Criteria / Weighting: 40% - 80%

Price - Weighting: 20% - 60%

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

July 2027

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 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

SPM Resources

Lot No

2

two.2.2) Additional CPV code(s)

  • 48810000 - Information systems
  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Suppliers must have previous design, configuration and implementation experience of the Social Programme Management Platform (currently IBM Curam)

(SPM) product. This must be organisational experience of delivering this technology as a Lead or Sub-contractor and must be the

organisation’s experience in successfully delivering these SPM Projects not just individual staff with experience.

The SPM Resources Lot will provide resource skills and expertise in support of Social Security core case management platform.

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; SPM

Business Analysis, SPM Dev (Build/Config/Code), SPM Architecture (including Cloud Design & Deployment) , SPM Data Architecture

(Schema design & assurance etc.), SPM Data Migration (relevant experience including data translation / matching between schema’s),

SPM Testing (Strategy & Execution), SPM Release & Configuration Management (including Change), SPM DevOps, SPM System

Support & DBA, SPM Live Running, SPM Training (Technical), SPM Data Engineer,

SPM Data Analyst,

SPM Data Scientist,

SPM Scrum Master,

AEM Developer.

two.2.5) Award criteria

Quality criterion - Name: Quality Criteria / Weighting: 40% - 80%

Price - Weighting: 20% - 60%

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

July 2027

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 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 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 contract that bidders holder, or can commit to obtain prior to the commencement of any subsequently awarded

contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = 5000000 GBP

Public Liability Insurance = 1000000 GBP

Professional Indemnity Insurance = 1000000 GBP

Financial Assessment will be taken on a risk based approach for each contract call-off under the DPS.

three.1.3) Technical and professional ability

List and brief description of selection criteria

It is a requirement of this DPS that suppliers must have previous design, configuration and implementation experience of the Social Programme Management Platform as stated within section II.2) Description of this contract notice under Lot 1 SPM Projects and Lot 2 SPM Resources.

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.

Bidders will be required to provide two different examples of your experience for each Lot that demonstrate that they have the relevant experience to deliver the services/supplies within the SPD in Public Contract Scotland Tender Project Code: 21357

PQQ code: 5852

*Please note: Examples should be concise but generally in the 300 word range. Examples should be recent, within the last 3 years.


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

Date

11 July 2022

Local time

12:00pm

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

11 July 2022

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: July 2027

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 is our second collaborative DPS for Social Programme Management

**Please note within the Qualification Envelope of PCS-T we will request information on Supply Chain Management/Prompt Payment tenderers must submit responses to this question contained in the SPD (Scotland) under section 1.79 (Qualification Envelope in PCS-T). A ‘Pass/Fail’ score will be awarded to the Supply Chain Management/Prompt Payment question (unless it is stipulated as NON-Applicable as they do not operate supply chain as part of their delivery. Only tenders that achieve a ‘Pass’ or stipulate as Non-Applicable) for this section in the SPD (Scotland) will proceed to having rest of their qualification submission evaluated.

Also as part of the qualification envelope (PCS_T) you will be required to answer question 1.77 for Fair Work and 1.78 for Cyber Security. Your responses are required for information purposes only and are not part of the selection criteria.

The system for establishing and on-boarding suppliers to the SPM DPS will operate fully electronically using the PCS-Tender system

Project Code 21357.

Organisations who use the DPS for call-offs will issue them electronically. 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.

All participants awarded a place on a Lot on the DPS will be invited to all contract opportunities within the lot.

Participants should be aware there is not a requirement to bid for all lots or provide all services under each lot.

The Dynamic Purchasing System will be available for use by the Scottish Ministers (including Agencies),

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 21357. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Will be considered at call off stage

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

Will be considered at call off stage

(SC Ref:694916)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom