Tender

Internet of Things

  • Scottish Government

F02: Contract notice

Notice identifier: 2024/S 000-028231

Procurement identifier (OCID): ocds-h6vhtk-0497eb

Published 4 September 2024, 11:27am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

Contact

David Box

Email

david.box@gov.scot

Telephone

+44 7919014604

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.gov.scot/

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

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

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

Internet of Things

Reference number

SP-18-033

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 Authority is further extending its collaborative Dynamic Purchasing System (DPS) for Internet of Things (IoT) for an additional 12 months until 19 September 2025. The DPS will remain open for new suppliers to apply to join. The Authority wishes to take this opportunity to refresh the supplier list to ensure current suppliers retain the minimum qualifying criteria, still have up-to-date contact details and still wish to remain as a supplier. Accordingly, suppliers that are currently on the DPS are required to refresh and resubmit their European Single Procurement Document (ESPD) in order to remain as a DPS supplier. There is no need to resubmit any case study evidence for current suppliers. Current suppliers are required to submit an updated ESPD within four weeks of this Contract Notice being issued. Failure to do so will result in current suppliers being removed from the DPS. Full details of the requirement can be found on a previous Contract Notice which was issued on 5 July 2019, details as follows:

OJEU Number: 2019/S 128 313539

Reference Number/Notice ID: JUL359513

OCID: ocds-r6ebe6-0000587430

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31712000 - Microelectronic machinery and apparatus and microsystems
  • 30237475 - Electric sensors
  • 48000000 - Software package and information systems
  • 32400000 - Networks
  • 64226000 - Telematics services
  • 48514000 - Remote access software package
  • 32510000 - Wireless telecommunications system
  • 31712112 - SIM cards
  • 71700000 - Monitoring and control services
  • 32260000 - Data-transmission equipment
  • 35125100 - Sensors
  • 64200000 - Telecommunications services
  • 64227000 - Integrated telecommunications services
  • 71316000 - Telecommunication consultancy services
  • 72212210 - Networking software development services
  • 72212200 - Networking, Internet and intranet software development services
  • 72212215 - Networking developers software development services
  • 72212219 - Miscellaneous networking software development services
  • 72315100 - Data network support services
  • 72315200 - Data network management services
  • 48200000 - Networking, Internet and intranet software package
  • 72222300 - Information technology services
  • 72315000 - Data network management and support services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Full details of the requirements can be found on the previous Contract Notice which was issued on 5 July 2019, details as follows:

OJEU Number: 2019/S 128 313539

Reference Number/Notice ID: JUL359513

OCID: ocds-r6ebe6-0000587430

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40-80%

Price - Weighting: 20-60%

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

Duration in months

72

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 20

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

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: 2019/S 128-313539

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

Date

18 September 2025

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

19 September 2025

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

Tender must be valid until: 19 September 2025


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: August 2025

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

This notice formally further extends the Scottish Government collaborative Dynamic Purchasing System (DPS) for Internet of Things (IoT) for an additional 12 months until 19 September 2025. The DPS will remain open for new suppliers to apply to join. The Authority wishes to take this opportunity to refresh the supplier list to ensure existing suppliers retain the minimum qualifying criteria, still have up-to-date contact details and still wish to remain as a supplier. Accordingly, suppliers that are currently on the DPS are required to refresh and resubmit their European Single Procurement Document (ESPD) in order to remain as a DPS supplier. There is no need to resubmit any case study evidence for current suppliers. Current suppliers are required to submit an updated ESPD within four weeks of this Contract Notice being issued. Failure to do so will result in current suppliers being removed from the DPS. Further details including a supplier guide and current supplier list can be found at the following URL - https://www.gov.scot/publications/internet-of-things-iot-technologies-and-services-dynamic-purchasing-system/, and full details of the requirement can be found on a previous Contract Notice which was issued on 5 July 2019, details as follows:

OJEU Number: 2019/S 128 313539

Reference Number/Notice ID: JUL359513

OCID: ocds-r6ebe6-0000587430

For information, the reference to the Scottish Business Pledge within Public Contracts Scotland-Tender is no longer valid and should be ignored.

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:

Community Benefits requirements will be determined at each individual call-off contract.

(SC Ref:775371)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court