Opportunity

Technology Peripherals and Infrastructure Framework Agreement

  • Scottish Government

F02: Contract notice

Notice reference: 2021/S 000-030614

Published 9 December 2021, 9:14am



The closing date and time has been changed to:

31 January 2022, 3:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Contact

Bryan Dodds

Email

bryan.dodds@gov.scot

Telephone

+44 1312426290

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

Technology Peripherals and Infrastructure Framework Agreement

Reference number

SP-21-012

two.1.2) Main CPV code

  • 30237000 - Parts, accessories and supplies for computers

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Scottish Ministers are seeking to establish a multi-lot Technology Peripherals and Infrastructure.

The Contractors appointed to the Framework Agreement will cover a broad range of requirements under the following product groups; General IT Peripherals; Audio-Visual; Desktop Print; Networking; Servers and Storage equipment. The Framework Agreement consists of 2 Lots:

Lot 1 - IT Hardware Catalogue

Lot 2 - IT Infrastructure Projects

two.1.5) Estimated total value

Value excluding VAT: £50,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

IT Hardware Catalogue

Lot No

1

two.2.2) Additional CPV code(s)

  • 30200000 - Computer equipment and supplies
  • 30216100 - Optical readers
  • 30216110 - Scanners for computer use
  • 30232100 - Printers and plotters
  • 30237000 - Parts, accessories and supplies for computers
  • 30237110 - Network interfaces
  • 30237135 - Network interfaces cards
  • 30237475 - Electric sensors
  • 31682230 - Graphic display panels
  • 32231000 - Closed-circuit television apparatus
  • 32320000 - Television and audio-visual equipment
  • 32321000 - Television projection equipment
  • 32321200 - Audio-visual equipment
  • 32321300 - Audio-visual materials
  • 32322000 - Multimedia equipment
  • 32323000 - Video monitors
  • 32324000 - Televisions
  • 32324300 - Television equipment
  • 32330000 - Apparatus for sound, video-recording and reproduction
  • 32340000 - Microphones and loudspeakers
  • 32350000 - Parts of sound and video equipment
  • 32360000 - Intercom equipment
  • 32400000 - Networks
  • 32410000 - Local area network
  • 32411000 - Token-ring network
  • 32412000 - Communications network
  • 32413000 - Integrated network
  • 32415000 - Ethernet network
  • 32416000 - ISDN network
  • 32417000 - Multimedia networks
  • 32418000 - Radio network
  • 32420000 - Network equipment
  • 32421000 - Network cabling
  • 32422000 - Network components
  • 32423000 - Network hubs
  • 32424000 - Network infrastructure
  • 32425000 - Network operating system
  • 35125100 - Sensors
  • 38650000 - Photographic equipment
  • 38651000 - Cameras
  • 38651600 - Digital cameras
  • 48214000 - Network operating system software package
  • 48215000 - Networking developers' software package
  • 48216000 - Network connectivity terminal emulation software package
  • 48219000 - Miscellaneous networking software package
  • 48219100 - Gateway software package
  • 48219500 - Switch or router software package
  • 48219600 - Multiplexer software package
  • 48219700 - Communications server software package
  • 48222000 - Web server software package
  • 48310000 - Document creation software package
  • 48318000 - Scanner software package
  • 48515000 - Video conferencing software package
  • 48600000 - Database and operating software package
  • 48700000 - Software package utilities
  • 51310000 - Installation services of radio, television, sound and video equipment
  • 51313000 - Installation services of sound equipment
  • 51314000 - Installation services of video equipment
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72200000 - Software programming and consultancy services
  • 72212214 - Network operating system software development services
  • 72212216 - Network connectivity terminal emulation software development services
  • 72315000 - Data network management and support services
  • 72315100 - Data network support services
  • 72315200 - Data network management services
  • 72500000 - Computer-related services
  • 72511000 - Network management software services
  • 72540000 - Computer upgrade services
  • 72541000 - Computer expansion services
  • 72700000 - Computer network services
  • 72710000 - Local area network services
  • 72720000 - Wide area network services
  • 92222000 - Closed circuit television services
  • 92224000 - Digital television
  • 92225000 - Interactive television
  • 92225100 - Film-on-demand television
  • 48800000 - Information systems and servers
  • 30233000 - Media storage and reader devices
  • 30230000 - Computer-related equipment
  • 72317000 - Data storage services
  • 30234600 - Flash memory
  • 30234500 - Memory storage media

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Across the geography of Scotland.

two.2.4) Description of the procurement

Lot 1 of the framework agreement will be single supplier and will cover a broad range of transactional requirements under the following product groups; General IT Peripherals; Audio-Visual; Desktop Print; Networking; Servers and Storage equipment. All services associated with the the product groups detailed above are considered to be within scope of the framework.

two.2.5) Award criteria

Quality criterion - Name: Technical questions / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £30,000,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the framework agreement will be 24 months with the option to extend for up to 2 further 12 month periods.

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

two.2.14) Additional information

Economic operators 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.

two.2) Description

two.2.1) Title

IT Infrastructure Projects

Lot No

2

two.2.2) Additional CPV code(s)

  • 30200000 - Computer equipment and supplies
  • 30216100 - Optical readers
  • 30216110 - Scanners for computer use
  • 30232100 - Printers and plotters
  • 30237000 - Parts, accessories and supplies for computers
  • 30237110 - Network interfaces
  • 30237135 - Network interfaces cards
  • 30237475 - Electric sensors
  • 31682230 - Graphic display panels
  • 32231000 - Closed-circuit television apparatus
  • 32320000 - Television and audio-visual equipment
  • 32321000 - Television projection equipment
  • 32321200 - Audio-visual equipment
  • 32321300 - Audio-visual materials
  • 32322000 - Multimedia equipment
  • 32323000 - Video monitors
  • 32324000 - Televisions
  • 32324300 - Television equipment
  • 32330000 - Apparatus for sound, video-recording and reproduction
  • 32340000 - Microphones and loudspeakers
  • 32350000 - Parts of sound and video equipment
  • 32360000 - Intercom equipment
  • 32400000 - Networks
  • 32410000 - Local area network
  • 32411000 - Token-ring network
  • 32412000 - Communications network
  • 32413000 - Integrated network
  • 32415000 - Ethernet network
  • 32416000 - ISDN network
  • 32418000 - Radio network
  • 32420000 - Network equipment
  • 32421000 - Network cabling
  • 32422000 - Network components
  • 32423000 - Network hubs
  • 32424000 - Network infrastructure
  • 32425000 - Network operating system
  • 35125100 - Sensors
  • 38650000 - Photographic equipment
  • 38651000 - Cameras
  • 38651600 - Digital cameras
  • 48214000 - Network operating system software package
  • 48215000 - Networking developers' software package
  • 48216000 - Network connectivity terminal emulation software package
  • 48219000 - Miscellaneous networking software package
  • 48219100 - Gateway software package
  • 48219500 - Switch or router software package
  • 48219600 - Multiplexer software package
  • 48219700 - Communications server software package
  • 48222000 - Web server software package
  • 48310000 - Document creation software package
  • 48318000 - Scanner software package
  • 48515000 - Video conferencing software package
  • 48600000 - Database and operating software package
  • 48700000 - Software package utilities
  • 51310000 - Installation services of radio, television, sound and video equipment
  • 51313000 - Installation services of sound equipment
  • 51314000 - Installation services of video equipment
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72200000 - Software programming and consultancy services
  • 72212214 - Network operating system software development services
  • 72212216 - Network connectivity terminal emulation software development services
  • 72315000 - Data network management and support services
  • 72315100 - Data network support services
  • 72315200 - Data network management services
  • 72500000 - Computer-related services
  • 72511000 - Network management software services
  • 72540000 - Computer upgrade services
  • 72541000 - Computer expansion services
  • 72700000 - Computer network services
  • 72710000 - Local area network services
  • 72720000 - Wide area network services
  • 92222000 - Closed circuit television services
  • 92224000 - Digital television
  • 92225000 - Interactive television
  • 92225100 - Film-on-demand television
  • 48800000 - Information systems and servers
  • 30233000 - Media storage and reader devices
  • 30230000 - Computer-related equipment
  • 72317000 - Data storage services
  • 30234600 - Flash memory
  • 30234500 - Memory storage media

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Across the geography of Scotland.

two.2.4) Description of the procurement

Lot 2 of the framework agreement will be multi supplier and will cover more complex requirements such as hardware installations and integrations (including Audio-visual and Network Infrastructure Solutions). Tenderers must have the capability to offer a broad range of products and services in the 5 product groups (General IT Peripherals; Audio-Visual; Desktop Print; Networking; Servers and Storage equipment).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £20,000,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The initial duration of the framework agreement will be 24 months with the option to extend for up to 2 further 12 month periods

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

two.2.14) Additional information

Economic operators 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.


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

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 possibly required

If the D&B Failure Risk Score is 50 or more you will receive a pass for this assessment.

If the D&B Failure Risk Score is less than 50 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 50 or more) or a performance bond. If this assessment identifies an unmanageable risk (i.e. it is unacceptable) the Tenderer will fail this assessment.

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

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to confirm that they meet the required Environmental Management Standards.

Bidders will also be expected to be cyber resilient accredited within 6 months of the contract award date.

Minimum level(s) of standards possibly required

Environmental Management Standards

The contractor will be expected to maintain a standard of environmental protection, including, where appropriate, accreditation to ISO14001/EMAS or equivalent standards.

Cyber Security

The minimum acceptable level of cyber security accreditation is Cyber Essentials Plus or equivalent.


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 several operators

Envisaged maximum number of participants to the framework agreement: 5

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: 2021/S 000-016248

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

Originally published as:

Date

24 January 2022

Local time

3:00pm

Changed to:

Date

31 January 2022

Local time

3:00pm

See the change notice.

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

24 January 2022

Local time

4:00pm


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

Please note that Tenderers are required to list the subcontractors they propose to use, in as far as they are known.

Procurement documents can be found at: https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for the following ITT: itt_41802 - Technology Peripherals and Infrastructure Framework Agreement

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/

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19995. 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 Scottish Government is committed to contributing to the social, economic and environmental well-being of the people of Scotland, in order to create a more successful country, with opportunities for all of Scotland to flourish, through increasing sustainable economic growth. Tenderers are required to provide a community benefit proposal with their tender detailing how they will address and deliver Community Benefits in the context this Framework.

(SC Ref:669177)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

Sheriff Clerk's Office, PO Box 23, 1 Carlton Place,

Glasgow

G5 9DA

Country

United Kingdom