Section one: Contracting authority
one.1) Name and addresses
Scottish Parliamentary Corporate Body
The Scottish Parliament, Procurement Services
Edinburgh
EH99 1SP
Contact
Euan Muirhead
Telephone
+44 1313486620
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10284
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
Other type
Legislative Body
one.5) Main activity
Other activity
Devolved Parliament
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Accessibility Notification Application
Reference number
ICT-SER-126
two.1.2) Main CPV code
- 72260000 - Software-related services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Parliamentary Corporate Body (SPCB) is seeking to put in place a framework agreement with a single Contractor for the provision of an accessibility notification application. The SPCB requires a Contractor to provide an application that will allow visitors with a disability to inform venues, in this case the Scottish Parliament Building and MSP Local Offices, of their intention to visit, outlining their assistance needs, enabling the venue to understand their requirements in advance and assist them accordingly on arrival.
Those able to access the framework will be the SPCB and all current Members of the Scottish Parliament (MSPs)
https://www.parliament.scot/msps/current-and-previous-msps
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48510000 - Communication software package
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Scottish Parliamentary Corporate Body (SPCB) is seeking to put in place a framework agreement with a single Contractor for the provision of an accessibility notification application.
The SPCB requires a Contractor to provide a smartphone-based application that will allow visitors with a disability to inform venues, in this case the Scottish Parliament Building and MSP Local Offices, of their intention to visit, outlining their assistance needs, enabling the venue to understand their requirements in advance and assist them accordingly on arrival.
The application must provide the following functionality:
- be accessible in various locations, including remote areas such as the Scottish Highlands and Islands.
- enable disabled visitors with an option to arrange tailored assistance in advance of arriving at a venue.
- provide venues with suitable information and advice to be able to fully understand the needs and requirements of each disabled visitor aiding the venue to tailor their welcome in order to fully support each visitor’s specific individual needs.
- allow for two-way communication between the venue and the visitor to ensure the visitor’s needs and requirements can be fully communicated and supported.
- ensure that each venue’s accessibility levels are easily accessible for disabled visitors, with the ability to provide disabled visitors with accurate accessibility and assistance information for the venue.
- provide the venue with automated alerts so that they are notified of new bookings and when visitors are near to and arriving at the venue.
- provide each venue with admin functionality to access their current and historic visitor information and data with an ability to update their venue profile and accessibility information.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
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
a possible further extension period of up to 24 months’ extensions at the sole discretion of the SPCB.
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
In relation to the SPD:
4A.1 - not used
4A.2 - not used
three.1.2) Economic and financial standing
List and brief description of selection criteria
In relation to the SPD:
4B.5: It is a requirement of this framework that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
- Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP
- Public Liability Insurance = 1,000,000 GBP
- Product Liability Insurance = 1,000,000 GBP
- Professional Risk Indemnity Insurance = 500,000 GBP
http://www.hse.gov.uk/pubns/hse40.pdf
4B.6: The Scottish Parliamentary Corporate Body (SPCB) uses Creditsafe, an independent provider of online business credit reports, to assess the financial standing of tenderers. Tenderers are encouraged to review their financial performance on Creditsafe and read information about how that data is collected and used prior to submitting a tender. Information and the opportunity to run a free report can be found at http://www.creditsafe.com/products/business-credit-reports/
If a tenderer does not agree with the credit rating it has been given by Creditsafe it can provide supporting evidence to demonstrate its current position and this will be taken into account when the financial standing is being assessed.
If a tenderer is not listed on Creditsafe, for whatever reason, then it may be asked to submit equivalent accounts to enable the required assessment of financial standing to be carried out.
Minimum level(s) of standards possibly required
4B.6: Tenderers should have a Creditsafe credit rating of 40 or higher to demonstrate satisfactory financial standing. If a tenderer has a lower credit rating score and has the backing of a parent company with a credit rating of 40 or higher, then the provision of a Parent Company
Guarantee prior to the award of any contract will be acceptable. If a tenderer has a lower credit rating score and no evidence to support a stable or improved financial standing then the tender may be rejected.
three.1.3) Technical and professional ability
List and brief description of selection criteria
In relation to the SPD:
4C.1.2 - Bidders will be required to provide 2 examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice.
The examples provided must demonstrate experience of the following, as a minimum:
- Experience of providing, hosting and supporting an application which enables disabled visitors to communicate their accessibility requirements to a venue in advance of their visit.
- Experience of providing an application which provides suitable information and advice to a venue to enable the needs and requirements of each disabled visitor to be fully understood and aiding the venue to tailor their welcome in order to fully support each visitor’s individual needs.
4C.2 - 4C.12: not used
Minimum level(s) of standards possibly required
In relation to the SPD:
4D.1: not used
4D.2: not used
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.2.2) Time limit for receipt of tenders or requests to participate
Date
19 December 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
19 December 2022
Local time
12:00pm
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
Please note there are minimum requirements concerning Cyber Security for this framework 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 framework, based on the Contracting Authority’s assessment of cyber risk.
For this contract, minimum requirements also include the holding of Cyber Security Plus accreditation.
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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22897. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:713563)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court House
Sherrif Court House, 27 Chambers Street,
Edinburgh
EH1 1LB
Country
United Kingdom