Section one: Contracting authority
one.1) Name and addresses
Scottish Courts and Tribunals Service
Saughton House, Broomhouse Drive
Edinburgh
EH11 3XD
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.scotcourtstribunals.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00396
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
National or federal Agency/Office
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of MHTS Umbraco Hybrid Headless Content Management System
Reference number
SCTS-2024-098
two.1.2) Main CPV code
- 72415000 - World wide web (www) site operation host services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Courts and Tribunals Service (SCTS) are looking to procure a contract for the provision of a Mental Health for Tribunal Scotland (MHTS) Umbraco Hybrid Headless Content Management System.
The main scope of delivery will focus on: -
The standing up of Umbraco Cloud including licensing and configuration
Creation of the new public facing Mental Health Tribunal for Scotland Website which is in line with the business and technical requirements and compliant with WCAG 2.1 accessibility standards
Creation of a secure Member's Portal:
Front End development
Integration with CMS/ Document repository/ Notification services/ Secure Access and an Authentication service
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72511000 - Network management software services
- 72415000 - World wide web (www) site operation host services
- 48000000 - Software package and information systems
- 72222300 - Information technology services
- 48220000 - Internet and intranet software package
- 48311000 - Document management software package
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Scottish Courts and Tribunals Service (SCTS) are looking to procure a contract for the provision of a Mental Health for Tribunal Scotland (MHTS) Umbraco Hybrid Headless Content Management System.
The main scope of delivery will focus on: -
The standing up of Umbraco Cloud including licensing and configuration
Creation of the new public facing Mental Health Tribunal for Scotland Website which is in line with the business and technical requirements and compliant with WCAG 2.1 accessibility standards
Creation of a secure Member's Portal:
Front End development
Integration with CMS/ Document repository/ Notification services/ Secure Access and an Authentication service
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
7
This contract is subject to renewal
Yes
Description of renewals
the contract can be extended by 12 months + 12 months (at SCTS' discretion)
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
List and brief description of selection criteria:
Tenderers must provide the following:
Turnover over for the last two financial years
Current ratio for the last two financial years
Minimum level(s) of standards required:
Minimum required turnover per year: 180000 GBP
Minimum required current ratio per year: 1.1
Insurances
The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Professional Risk Indemnity: 1,000,000 GBP
Employer's (Compulsory) Liability: 5,000,000 GBP
Public Liability: 5,000,000 GBP
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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: 2024/S 000-025858
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 October 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
12 November 2024
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: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 6487. 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:
The successful supplier will be expected to deliver community benefits. The shortlisted suppliers are to detail their community benefits proposal within Stage 2 of the the procurement. The Community Benefits specified will be expected to be evidenced as ongoing in relation to the supplier's proposal throughout the life of the contract.
(SC Ref:777229)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom