Section one: Contracting authority
one.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
Telephone
+44 1412425595
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Telephone
+44 1312252525
Fax
+44 1312258899
Country
United Kingdom