Tender

EC1010 - ISG Development Framework

  • The University of Edinburgh

F02: Contract notice

Notice identifier: 2024/S 000-019606

Procurement identifier (OCID): ocds-h6vhtk-041109

Published 27 June 2024, 8:47am



Section one: Contracting authority

one.1) Name and addresses

The University of Edinburgh

University of Edinburgh, Charles Stewart House, 9-16 Chambers St

Edinburgh

EH1 1HT

Contact

Hayley Bell

Email

hayley.bell@ed.ac.uk

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

https://www.ed.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107

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

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

EC1010 - ISG Development Framework

two.1.2) Main CPV code

  • 79620000 - Supply services of personnel including temporary staff

two.1.3) Type of contract

Services

two.1.4) Short description

The University of Edinburgh would like to invite proposals for the provision of ISG Development Resource.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79620000 - Supply services of personnel including temporary staff

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

The University of Edinburgh would like to invite proposals for the provision of ISG Development Resource.

two.2.5) Award criteria

Quality criterion - Name: Technical Section / Weighting: 70

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2024

End date

31 October 2026

This contract is subject to renewal

Yes

Description of renewals

Option to extend for a further 3 years on a year on year basis.

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

1) Please provide your average annual turnover for the last two financial years

2) Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance listed below:

o Employers Liability Insurance - 5,000,000 GBP

o Public Liability Insurance - 5,000,000 GBP

o Professional Risk Liability Insurance - 2,000,000 GBP

Minimum level(s) of standards possibly required

1) Note: For contracts with an estimated annual value exceeding 100,000 GBP average turnover over the last 2 years should be at least two times the annual value of the contract.

1a) Where a tenderer does not have the required annual turnover, the UoE may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

2) Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the UoE may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability in the competition.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Part 4D: Quality Assurance Schemes & Environmental Management

Part 4C: Services

Minimum level(s) of standards possibly required

1) It is a mandatory requirement of this Contract that the Provider has a robust and relevant quality management system in place, such as BS EN ISO 9001 or equivalent. Please indicate your compliance with this mandatory requirement and provide a copy of your Quality Management Policy along with a statement on how this will apply to and enhance the contracted service. PASS/FAIL

2) It is a mandatory requirement of this Contract that the Provider has a robust and relevant Environmental Policy. Please indicate your compliance with this mandatory requirement and provide a copy of your Organisations Environmental Policy along with a statement how this will apply to and enhance the contracted service. PASS/FAIL

3) As this is a single supplier framework, it is vital that the provider has access to and the ability to provide developer resource that will be able to perform the following roles: -

- Web developer

- Integration developer

- Mobile App developer

- Full stack engineer

- SharePoint developer

- Enterprise Architect

Details of indicative skills for each role can be found in Appendix 1 – Technical Requirements. The skillset required will vary from role to role and will be specified at the time of requesting resource.

Please confirm your ability to supply resource for each of these roles and provide relevant examples of services carried out during the last three years. PASS/FAIL


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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-032343

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

Date

29 July 2024

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

29 July 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Terms and Conditions of Contract must be submitted prior to award. It is for information only and will not be scored but it is a requirement of this tender.

Form of Tender must be submitted prior to award. It is for information only and will not be scored but it is a requirement of this tender.

Freedom of Information should only be submitted prior to award if applicable. It is for information only and will not be scored.

Sustain Supply Chain Code of Conduct must be submitted prior to award. It is for information only and will not be scored but is a requirement of this tender.

GDPR Contractor Assessment Form must be submitted prior to award. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms.

Contract Management Schedule must be submitted prior to award. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26976. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Please see ITT for details.

(SC Ref:770597)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom