Tender

Future Flood and Incident Messaging Service

  • Scottish Environment Protection Agency

F02: Contract notice

Notice identifier: 2021/S 000-027806

Procurement identifier (OCID): ocds-h6vhtk-02f40b

Published 5 November 2021, 12:04pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Environment Protection Agency

Strathallan House, Castle Business Park

Stirling

FK9 4TZ

Contact

Hilary Doody

Email

hilary.doody@sepa.org.uk

Telephone

+44 1786457700

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.sepa.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11302

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

Body governed by public law

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Future Flood and Incident Messaging Service

Reference number

21000

two.1.2) Main CPV code

  • 64212300 - Multimedia Message Service (MMS) services

two.1.3) Type of contract

Services

two.1.4) Short description

The principle objective of this tender is to appoint a single supplier or entity for the provision and support of a new flood and incident messaging Service.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 64212300 - Multimedia Message Service (MMS) services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The principle objective of this tender is to appoint a single supplier or entity for the provision and support of a new flood and incident messaging Service.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

2 x 48 month renewals up to a total of 12 years

two.2.10) Information about variants

Variants will be accepted: No

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

III.1.1 of the notice is not applicable to this procurement

three.1.2) Economic and financial standing

List and brief description of selection criteria

Please refer to the statements below when completing section 4B1-6 of the SPD (Scotland).

Minimum level(s) of standards possibly required

4B.1.1: Bidders will be required to have a minimum "general" yearly turnover of 8 million GBP for the last three years.

4B.2.1: Bidders will be required to have a minimum "specific" yearly turnover of 8 million GBP for the last two years.

In the event that the Bidder does not comply with this requirement, they will not be considered any further in this tendering exercise. As evidence for the SPD (Scotland) question 4B.1.1 or 4B.1.2, the Procurement Officer may ask for annual accounts from the bidder.

4B.4: Bidders must demonstrate Return on Capital Employed at a ratio of greater than zero [Net Profit after Tax / Net Assets]; Bidders must demonstrate Net Current Assets at a ratio of greater than 1 [Net Current Assets / Net Current Liabilities]; Bidders must demonstrate Net Profit Margin at a ratio of greater than 1 [Net Profit / Revenue]; Bidders must demonstrate an Acid Test at a ratio greater than 1 [liquid assets / Current Liabilities].

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

4B.5 Insurances

4B.5.1a: Professional Risk Indemnity Insurance = 5 million GBP in respect of each claim and unlimited in the number of claims covered by the insurance during any one insurance period. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate.

4B.5.1b: Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims covered by the insurance during any one insurance period or in accordance with any legal requirement for the time being in force if greater.

Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies.

4B.5.2: Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims covered by the insurance during any one insurance period. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate.

Product Liability Insurance = 5 million GBP in respect of each claim and unlimited in the number of claims covered by the insurance during any one insurance period. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate.

three.1.3) Technical and professional ability

List and brief description of selection criteria

There will be no statements and questions used for Section C of Part IV of the SPD (Scotland)

Please refer to the statements below when completing section D of Part IV of the SPD (Scotland).

Minimum level(s) of standards possibly required

4D.1: Tenderers must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 9001 (or equivalent)

4D.2: Tenderers must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 / 14002 (or equivalent)

Tenderers must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with: ITIL, ISO/IEC 27001; 2005[2013] Information Security Management (or equivalent); ISO 22301:2019 / ISO 22313:2020 Security and Resilience - Business Continuity Management (or equivalent); have a working knowledge of cyber essentials

Cyber Security: Please note there are minimum requirements concerning Cyber Security for this contract to which a pass/fail marking will attach. Tenderers 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/

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

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.


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: 2020/S 199-483817

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

Date

21 December 2021

Local time

10:00am

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

four.2.7) Conditions for opening of tenders

Date

21 December 2021

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

SPD: Part III and Section B and D of Part IV will be scored on a pass/fail basis.

Subcontractor Detail: Tenderers will be required to provide details of the subcontractors they intend to use and a separate SPD (Scotland) must be submitted for each subcontractor named. The subcontractors must complete the relevant parts of the SPD (Scotland) (Sections A and B of Part II and Part III only) to self-declare whether there are grounds for their exclusion.

Living Wage: Tenderers will be asked to confirm if they pay all employees as a minimum the Living Wage for statistical information gathering purposes only.

Equality and Diversity: Tenderers will be required to comply with the statutory obligations under the Equality Act 2010.

Tenderers 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

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=664866.

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.

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Not applicable

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

Not applicable

(SC Ref:664866)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Parliament Square

Edinburgh

Country

United Kingdom