Tender

Cyber Assurance Framework

  • The City of Edinburgh Council

F02: Contract notice

Notice identifier: 2023/S 000-024045

Procurement identifier (OCID): ocds-h6vhtk-03f056

Published 16 August 2023, 2:13pm



Section one: Contracting authority

one.1) Name and addresses

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

Contact

Eva Alexander

Email

eva.alexander@edinburgh.gov.uk

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.edinburgh.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.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.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.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Cyber Assurance Framework

Reference number

CT1218

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 Council intends to award a Framework Agreement for a range of Cyber Security services while improving efficiency and reducing costs.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72800000 - Computer audit and testing services
  • 72300000 - Data services
  • 72600000 - Computer support and consultancy services
  • 72200000 - Software programming and consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

The Council intends to award a Framework Agreement for a range of Cyber Security services while improving efficiency and reducing costs.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

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

On Framework expiry.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The City of Edinburgh Council reserves the right to procure repeat requirements of a similar nature without any further call for competition pursuant to Article 32(5) of Directive 2014/24/EU and Regulation 33(8)(a) of the Public Contracts (Scotland) Regulations 2015.

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

See tender documents.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

See tender documents.

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 several operators

Envisaged maximum number of participants to the framework agreement: 6

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

2 October 2023

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

2 October 2023

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Within 42 months of Award Notice.

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

It's mandatory that bidders with more than 5 employees have in place a H&S Policy. Where a Bidder does not have an H&S Policy and is required to do so, the Council may exclude the Bidder from the competition.

It's mandatory that bidders are asked to confirm that they will pay staff directly involved in the delivery of the framework agreement, and/or any subsequent call off contract, at least the real Living Wage. Where a Bidder does not pay the Living Wage the Council will exclude the Bidder from the competition.

It's mandatory that bidders are asked to confirm that they will include the standard clause for Prompt Payment in all contracts at all stages of the supply chain within 30 days. Your Organisation must actively monitor payment performance and provide evidence and reports to the contracting authority on a regular basis. Where a Bidder fails to answer "Yes or N/A" the Council will exclude the Bidder from the competition.

It's mandatory that bidders are asked to confirm that they will provide evidence in relation to climate change emergency and how they will respond. Organisations must submit a completed “Climate Change Plan”. The Council may exclude the Tenderer from the competition.

Bidders must complete the SPD to demonstrate adherence to the Exclusion and Selection Criteria for this procurement.

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=741906.

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.

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:

Depending on the level of annual spend, each Service Provider will be subject to completion of a community benefits offer.

The Service Provider must select the community benefit to be delivered by spending points from the menu of community benefits provided by The City of Edinburgh Council. The benefit must be delivered locally to that organisation who has instructed work requests over the year.

The points value of the community benefit(s) points (CBP) value/offer must meet the minimum CBP value requirement associated with the Service Provider's value of work carried out for the year as shown Community Benefits Points System:

Value of Contract/Work Package CBP (Points)

Up to 5,000 GBP --> CBP 1

5,001 to 10,000 GBP --> CBP 2

10,001 to 15,000 GBP --> CBP 3

15,001 to 20,000 GBP --> CBP 4

20,001 to 25,000 GBP --> CBP 5

25,001 to 50,000 GBP --> CBP 10

50,001 to 100,000 GBP --> CBP 20

100,001 to 150,000 GBP --> CBP 30

150,001 to 200,000 GBP --> CBP 40

200,001 to 250,000 GBP --> CBP 50

250,001 to 350,000 GBP --> CBP 70

350,001 to 500,000 GBP --> CBP 100

500,001 to 750,000 GBP --> CBP 150

750,001 to 1,000,000 GBP --> CBP 200

1,000,001 to 1,250,000 GBP --> CBP 250

1,250,001 to 1,500,000 GBP --> CBP 300

1,500,001 to 1,750,000 GBP --> CBP 350

1,750,001 to 2,000,000 GBP --> CBP 400

Suppliers will be expected to utilise the City of Edinburgh Council’s community benefit tracking system CENEFITS.

(SC Ref:741906)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=741906

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

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers or risks suffering loss or damage attributable to a breach of duty under Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session. . A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the Find a Tender Service /OJEU or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.