Tender

Web Based & Proprietary Device Framework

  • Scottish Government

F02: Contract notice

Notice identifier: 2023/S 000-026437

Procurement identifier (OCID): ocds-h6vhtk-03a5f5

Published 7 September 2023, 10:49am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

Email

dawn.swan@gov.scot

Telephone

+44 1412425595

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

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

Web Based & Proprietary Device Framework

Reference number

SP-22-020

two.1.2) Main CPV code

  • 30200000 - Computer equipment and supplies

two.1.3) Type of contract

Supplies

two.1.4) Short description

Scottish Ministers are seeking to appoint a single supplier for a national collaborative framework arrangement for the provision of Web Based and Proprietary Devices and associated services.

two.1.5) Estimated total value

Value excluding VAT: £100,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72500000 - Computer-related services
  • 30213100 - Portable computers
  • 30213200 - Tablet computer
  • 30231100 - Computer terminals
  • 30237000 - Parts, accessories and supplies for computers
  • 30214000 - Workstations
  • 32250000 - Mobile telephones
  • 30213300 - Desktop computer
  • 30231000 - Computer screens and consoles
  • 72416000 - Application service providers

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Scottish Procurement has a requirement for the provision of Web Based and Proprietary Device and associated services to the Scottish Public Sector.

The new framework will build on the success of the current framework and will cover the provision of Web Based devices, Proprietary devices, Thin Client devices, Open Source Tablet devices, Mobile Handset Devices (excluding connectivity) and wearable devices plus associated services including but not limited to storage, deployment and pre/post sales technical support.

Documents can be found at: https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for the following ITT:51462

The Framework Agreement will be available for use by the Scottish Ministers (including Agencies), Scottish Non-Departmental Public

Bodies, offices in the Scottish Administration which are not ministerial offices, cross- border public authorities within the meaning of

section 88(5) of the Scotland Act 1998, the Scotland Office, the Scottish Parliamentary Corporate Body, councils constituted under section

2 of the Local Government etc. (Scotland) Act 1994, Scottish Fire & Rescue Service, the Scottish Police Authority, Scottish health boards

or special health boards, all NHS Scotland, The Integrated Joint Boards established further to the Public Bodies (Joint Working) Act 2014,

bodies registered as social landlords under the Housing (Scotland) Act 2001, Student Loans Company Limited, the Forestry Commission,

the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Equality and Human Rights Commission, Business

Stream Ltd, the Business Gateway National Unit at the Convention of Scottish Local Authorities, further or higher education institutions

being fundable bodies within the meaning of section 6 of the further and Higher Education (Scotland) Act 2005, any public body

established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the

foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of

the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than

half of those individuals, being appointed by one or more of the foregoing. In addition to the contracting authorities listed, the framework

agreement will be available to charities entered on the Scottish Charity Register and voluntary organisations entered on the Membership

Database of the Scottish Council for Voluntary Organisations.

Information about Scottish Public Bodies is available at:

https://www.gov.scot/policies/public-bodies/

Information about the Review of Public Procurement in Scotland and links to the other Centres of Expertise are available at:

https://www.gov.scot/policies/public-sector-procurement/

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £100,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the framework agreement will be 36 months with the option to extend for a further 12 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

A form of Company Financial Assessment from each Tenderer is required. The Tenderer's failure risk will be evaluated as pass/fail.

The Authority will undertake a Company Financial Assessment for each Tenderer using Dun & Bradstreet (D&B) Failure Risk Score for the Tenderer and any consortia or reliance members, as detailed in the minimum level(s) of standards required below.

Details of the D&B ”A Guide to Dun & Bradstreet’s Predictive Indicators” – can be found using the http address below:

https://www.dnb.co.uk/about-us/our-analytics/predictors-scores-ratings/scores-ratings.html

There must be no qualification or contra-indication from any evidence provided in support of the Tenderers economic and financial standing.

The Authority has the right to request copies of financial accounts and insurance certificates which are not held electronically.

Minimum level(s) of standards required:

If the D&B Failure Risk Score is 51 or more you will receive a pass for this assessment.

If the D&B Failure Risk Score is less than 51 or no D&B Risk Failure score is available the Authority will contact the Tenderer and seek further information.

The Authority will then use this further information to assess the Tenderer’s level of failure risk. In the event that the Tenderer does not meet the financial criteria above, they may still be considered via some form of other assurance e.g. Parent Company Guarantee (providing parent has a failure risk score of 51 or more) or a performance bond. If this assessment identifies an unmanageable

risk (i.e. it is unacceptable) the Tenderer will fail this assessment.

*Note to Tenderers*

There is no action for Tenderers to undertake regarding company Financial Assessment. The Authority will undertake the action as detailed above.

It is a requirement of this framework agreement that bidders hold, or can commit to obtain prior to commencement of any subsequently awarded contract, the types of and levels of insurance, as a minimum, indicated below:

Employer's (Compulsory) Liability Insurance = in accordance with any legal obligation for the time being in force

Public Liability Insurance = 2.5 million GBP

Professional Indemnity Insurance = 1 million GBP

The Authority has the right to request copies of financial accounts and insurance certificates which are not held electronically.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Minimum level(s) of standards required:

Tenderers will be required to maintain a standard of environmental protection, including, certification to ISO 14001/EMAS or equivalent standards, relevant to the delivery of this Framework Agreement.

Cyber Security

Please note there are minimum requirements concerning Cyber Security. Bidders will be required to complete an online Supplier Assurance Questionnaire using the Cyber Security Procurement Support Tool. A link to CSPST can be found here:

https://cyberassessment.gov.scot/

Tenderers should use the link provided and enter the following unique Cyber Risk Assessment Reference Number provided for this purpose: RAR-K8ZZ5P45

The questionnaire will be aligned to a Cyber Risk Profile that has been established for the framework, based on the Contracting Authority’s assessment of cyber risk.

Cyber Security Certification

For this framework, minimum requirements include the holding of the Cyber Essentials Plus certification or equivalent or obtaining this certificate within 6 months of the contract award date.

Further details will be set out in the procurement documents. A contract condition for this procurement requires the Tenderer to comply with the minimum security requirements.

Prompt Payment in the Supply Chain

If tenderers intend to use a supply chain to deliver the requirements, they will be required to confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.

Further details will be set out in the procurement documents.


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: 2023/S 000-004682

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

Date

12 October 2023

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 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: 4 years

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24983. 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:

Targeted recruitment and training for priority groups;

Equality and diversity initiatives;

Provide sub-contracting opportunities for SMEs, third sector and Supported businesses;

Community wealth building

Promotion of social enterprises and resources for community initiatives

Community education initiatives

(SC Ref:740751)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

27 Chambers Street

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