Section one: Contracting authority
one.1) Name and addresses
Highlands and Islands Enterprise
An Lòchran, 10 Inverness Campus
Inverness
IV2 5NA
Telephone
+44 1463245245
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
National registration number
313
Internet address(es)
Main address
Buyer's address
http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00313
one.1) Name and addresses
Wave Energy Scotland Limited
An Lòchran, 10 Inverness Campus
Inverness
IV2 5NA
Telephone
+44 1463245245
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.waveenergyscotland.co.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA24283
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
Economic and financial affairs
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Website Development & Maintenance Framework Agreement
Reference number
FTS005
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
We are seeking a suitably qualified and experienced supplier to maintain our existing site infrastructure and support planning, design and delivery of all future development enhancements and upgrades, including either incorporating the remaining sites or redeveloping on a new instance of Umbraco.
They will therefore be required to have the capabilities and capacity to support us through entire project lifecycles including provision of individual/s who are experienced Umbraco and Microsoft developers.
Not all projects within this framework will be new builds, however, all websites in scope will require further development and maintenance work throughout the framework period. Sites may be added/removed as and when required.
The initial 3 year budget currently available to deliver this service is between GBP350k and GBP450k (excluding VAT), however we anticipate that the total value of services that may be provided under the Framework during its whole term may be up to GBP900k.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72413000 - World wide web (www) site design services
two.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
two.2.4) Description of the procurement
The contract will be awarded under a Framework Agreement to a single supplier and under this agreement, no minimum workload is guaranteed. Services will be agreed on an “as required” basis only.
This Framework is being procured for Highlands and Islands Enterprise (HIE) own use and on behalf of Wave Energy Scotland (WES) and any other Contracting Authority wholly or partly under the control of or funded by HIE or WES at any point during the term of this Framework (subject to case-by-case approval by HIE).
The Framework will be non-exclusive i.e. HIE and any other Contracting Authority entitled to make use of the Framework each reserves the right, in certain circumstances, to procure out with the Framework, as and when required.
See Tender documentation for full details.
two.2.5) Award criteria
Quality criterion - Name: Umbraco & Microsoft Developers / Weighting: Pass/Fail
Quality criterion - Name: Cyber Security / Weighting: Pass/Fail
Quality criterion - Name: Management & Delivery Methodology / Weighting: 20%
Quality criterion - Name: Management & Delivery Team / Weighting: 15%
Quality criterion - Name: Risks and Challenges / Weighting: 5%
Quality criterion - Name: Sustainability / Weighting: 5%
Quality criterion - Name: Timeline Project / Weighting: 20%
Price - Weighting: 35%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
It is expected that these services will be required from end of December 2021 or early January 2022 for an initial period of 3 years, with HIE having the option to extend for a period or periods together not exceeding 1 year following the Initial Term.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
HIE may, on giving reasonable written notice from time to time, review the Services covered by the Framework and may remove Services or add new Services of the same or similar nature including:
(i) where one or more of the participating Contracting Authorities requires the Services in respect of websites run by them other than those specified in this Scope of Requirements,
(ii) where one or more of the Contracting Authorities requires the creation of new websites,
(iii) where changes to available technology permit improvements or supplements to the functionality of any website run by one or more of the Contracting Authorities,
(iv) where changes to available technology mean that one or more of the Contracting Authorities considers that it would benefit from additional Services of a similar character to the Services, and/or
(v) where one or more of the Contracting Authorities requires additional Services as a result of changes in Scottish Government policy or as a result of a direction given to them by the Scottish Government.
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 competition 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Not applicable to this procurement exercise.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
4B.5 It is a requirement of this Framework that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded Framework, the types and minimum levels of insurance indicated below:
Professional Risk Indemnity - GBP 5 million for each and every claim
Employer’s (Compulsory) Liability Insurance - GBP 5 million or each and every claim
Public Liability Insurance - GBP 5 million for each and every claim
4B.6 (not scored) HIE as a public body must comply with HMRC IR35 provisions. Therefore, where you are bidding as a personal service company (PSC) or will be using a personal service company to provide services under the framework please identify these PSC (s) in your response to 4B.6.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Not applicable to this procurement exercise
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The contract will include Key Performance Indicators (KPI's) and Service Levels which can be found within the Tender documentation.
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
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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 000-018439
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 October 2021
Local time
12:00pm
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
26 October 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: HIE reserves the right to re-tender for these services upon termination of the Framework or at the end of the Framework period, including any extension 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
On 29th September HIE and the Supplier Development Programme are hosting a webinar (https://www.sdpscotland.co.uk/events/12-using-public-contract-scotland-highlands-and-islands-enterprise-website-development-and-maintenance-tender-1212/) which will support, but not replace, the information provided through PCS. Attendance will not form part of the evaluation and following the event a link to the webinar recording, along with the presentation and any questions and answers raised will be made available via PCS.
Where bidders are participating with others (SPD 2A.17) and/or relying on the capacity of other entities in order to meet selection criteria (SPD 2C.1) and/or subcontracting (SPD 2D.1) they are required to provide information relating to these entities with the relevant supporting SPD documentation being submitted.
SPD 2A.3 (not scored) Where relevant, bidders are required to insert details of their Companies House (or equivalent) registration number
SPD 2C.1 & 2D.1 Where relevant, bidders are required to provide information relating to consortia and/or sub-contractors with the relevant supporting SPD documentation being submitted.
SPD 3D.12 (Conflict of Interest) - bidders should refer to the "Conflict of Interest" Section within the Scope of Requirements when completing this question.
AWARD CRITERIA SCORING
Question 1 Umbraco & Microsoft Developers and Question 2 Cyber Security will be evaluated on a Pass/Fail basis. Bidders who receive a Pass for both these Questions will then be evaluated against Questions 3-6. This stage has a minimum threshold of 30% which bidders must achieve in order to remain in the process and then be evaluated against Question 7. See tender documentation for full details on the evaluation process including the marking criteria.
In order to participate in this tender, bidders should register, for free, on the Public Contracts Scotland (PCS) website(www.publiccontractsscotland.gov.uk), and record their interest in this contract and download and complete all relevant documentation.
Tenders must be submitted via the PCS postbox and must be received by the published deadline. Late tenders will not be accepted. HIE will reject any submissions received after the deadline. Email or hard copy responses will not be accepted.
PCS also gives suppliers access to an on-line Question & Answer facility which allows queries to be submitted (anonymously), and answers published and shared with all potential bidders.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=666479.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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 will not be evaluated as part of the tender process but bidders are expected to provide a Community Benefit proposal as part of their tender detailing how, if awarded the contract, these will be addressed. Please refer to the Scope of Requirements for further details.
(SC Ref:666479)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=666479
six.4) Procedures for review
six.4.1) Review body
Inverness Sheriff Court and Justice of the Peace Court
The Inverness Justice Centre, Longman Road
Inverness
IV1 1AH
Telephone
+44 1463230782
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014 , may bring proceedings in the Sheriff Court or the Court of Session.