- Scope of the procurement
- Lot 1 - Provision of PMO Support and Benefits/Business Case Management and Intelligent Client Support
- Lot 2 - Provision of Service Re-design and Business Transformation and Operating Model / Business Change
- Lot 3 - Provision of Digital and Data Design, Innovation and Application Services and Technical, Solution and Testing
Section one: Contracting authority
one.1) Name and addresses
National Records of Scotland
General Register House, 3 Princes Street
Edinburgh
EH1 3YY
Contact
Leanne Gourlay
leanne.gourlay@nrscotland.gov.uk
Telephone
+44 7765220118
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=AA00474
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.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.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
Provision of Programme and Digital Services Delivery Provider(s)
Reference number
17/05/41
two.1.2) Main CPV code
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.1.3) Type of contract
Services
two.1.4) Short description
1.1 This document specifies the requirements for a specialised provider(s) in programme management, business and process transformation and digital/operational service delivery to work collaboratively in support of the strategic goals and delivery of major programmes within National Records of Scotland (NRS). We are looking for delivery provider(s) with experience in major public sector programmes and in delivering digital and business transformation with associated operational process and business change to provide programme, service, capability and process re-design together with operational delivery skills, intelligent client advice and short term targeted digital and programme expertise.
two.1.5) Estimated total value
Value excluding VAT: £18,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
two.2) Description
two.2.1) Title
Lot 1 - Provision of PMO Support and Benefits/Business Case Management and Intelligent Client Support
Lot No
1
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Generally remote delivered. If office presence required it will be at General Register House, 3 Princes Street, Edinburgh, EH1 3YY
two.2.4) Description of the procurement
Lot 1: Provision of Portfolio and Programme Management Office (PMO) Support and Benefits/Business Case Management and Intelligent Client Support
PMO support and Benefits / Business Case Management
- Delivery of Vision and Milestones: to help NRS achieve its key programme vision and milestones through projects which enable deliverable approaches and robust programme management and planning arrangements. (Skills and expertise including strategic options appraisal, portfolio design, programme initiation, management, portfolio/programme planning and delivery prioritisation)
- PMO Support: outcome focused packages to augment existing portfolio and programme management office resource, potentially in routine PMO delivery and also in one-off short term reviews and production of programme management materials to support Programmes in short order. (Skills and expertise including PMO Analysts, Governance design and operation, sustainable programme delivery). Additionally review of existing portfolio management and change governance arrangements and functions, with recommendations to develop and strengthen existing portfolio management office and delivery centre of excellence standards.
- Business Case Management: development of strategic, outline and full Business Cases to support multi-faceted and complex digital and business delivery programmes, including capturing the options, cost models and benefits for Programmes, helping NRS secure transformational resources within a cross public sector partnership approach to reform and optimisation of approach. (Skills and expertise in business case development for programmes)
- Benefits Management: outcome focused activity to provide short term support to NRS to manage its approach to benefits management and realisation from Programme and project delivery and in demonstrating benefits delivered. The approach to benefits will be critical in underpinning communications with stakeholders (Skills and expertise in benefits management for programmes and projects).
Intelligent Client
- Intelligent Client: outcome based packages to support and advise NRS in managing multiple contracts and associated digital service and operational delivery integration. (Skills and expertise in providing intelligent client for programme delivery, business change, including readiness for operational transition and commercial and delivery integration)
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
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Stage One of the restricted procedure requires tenderers to complete an SPD for evaluation. Questions 4C1.2, 4C4 and 4C6 will be scored. The 5 highest scoring tenderers will be invited to submit a tender under Stage 2 of the procedure. The Authority reserves the right to remove any selected tenderers should non-compliance under other SPD criteria be identified. Additionally the Authority reserves the right, at its sole discretion, to increase the number of candidates invited to the second stage if the next highest scoring candidate is within 5% of those selected.
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) Description
two.2.1) Title
Lot 2 - Provision of Service Re-design and Business Transformation and Operating Model / Business Change
Lot No
2
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Generally delivered remotely. If office presence required it will be at General Register House, 3 Princes Street, Edinburgh, EH1 3YY
two.2.4) Description of the procurement
Lot 2: Provision of Service Re-design and Business Transformation and Operating Model / Business Change
Service Re-design and Business Transformation
- Service Redesign: support NRS in redesigning services to progress business transformation, complying with the Digital Service Standard and enhancing user experience. (Skills and expertise in service design, user research and user-centred design, accessibility and assisted digital skills and expertise, content design and business transformation, Digital Service Standard)
- Process Re-engineering: provide process mapping, HEAT mapping of processes to identify efficiencies and alignment to improve optimisation within programme delivery. This could augment aspects of routine business analysis and process redesign delivery or in one-off reviews and production of materials to support Programmes with immediate milestones. (Skills and expertise in business analysis, process mapping and re-design for organisations)
- Capability Mapping: business capability mapping to inform service and user centred design at an organisational and programme level to maximise programme delivery priorities, outcomes and business change aspirations. (Skills and expertise in business capability mapping for programmes)
Operating Model / Business Change
- Operating Model: develop Target Operating Models for key programmes to underpin the delivery of NRS strategic objectives and portfolio and their target benefits. (Skills and expertise in operating model development for operational and large scale logistical service delivery)
- Business Change: deliver a controlled business change approach to operational and digital transition and delivery, critical to ensuring we maximise opportunities and re-usability of NRS Programme investment. This would include work to augment existing operational and business change functions, potentially in routine delivery and also in one-off reviews and production of materials to support Programmes with immediate milestones. (Skills and expertise in change management).
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
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Stage One of the restricted procedure requires tenderers to complete an SPD for evaluation. Questions 4C1.2, 4C4 and 4C6 will be scored. The 5 highest scoring tenderers will be invited to submit a tender under Stage 2 of the procedure. The Authority reserves the right to remove any selected tenderers should non-compliance under other SPD criteria be identified. Additionally the Authority reserves the right, at its sole discretion, to increase the number of candidates invited to the second stage if the next highest scoring candidate is within 5% of those selected.
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) Description
two.2.1) Title
Lot 3 - Provision of Digital and Data Design, Innovation and Application Services and Technical, Solution and Testing
Lot No
3
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Generally to be delivered remotely. If office presence required it will be at General Register House, 3 Princes Street, Edinburgh, EH1 3YY
two.2.4) Description of the procurement
Lot 3: Provision of Digital and Data Design, Innovation and Application Services and Technical, Solution and Testing
Digital and Data Design, Innovation and Application Services
- Digital and Data Services: support the delivery of digital and data service outcomes as part of our Portfolio to maximise benefits from service redesign and business transformation, augmenting and providing expertise to scope and run digital service and data transformation programmes (Skills and expertise in digital delivery, mapping services and service patterns, data modelling, data design, data services, programme discovery phases)
- Innovation and Application Services: delivering outcome packages for innovative design and delivery of digital and technical capabilities, including digital solutions, re-usable technology, digital optimisation, data innovation, green technology, sustainable integrated approaches and use of Cloud. (Skills and expertise in digital design, digital innovation transition, solution and technology architecture, digital engineering, Cloud and Robotic Process Automation, Artificial Intelligence and Machine Learning, green IT and integrated digital solutions)
Technical, Solution and Testing
- Technical and Solution Outcomes: deliver the technical design and implementation outcomes in the delivery of our Portfolio, along with one-off reviews to help continuously improve the resilience of our infrastructure. This resource will be expected to augment the internal IT team or our IT suppliers. (Skills and expertise in digital solutions, IT Security analysis, Cloud computing, Cyber and Technical assurance)
- Testing: Outcome based testing services to deliver Programmes, or augment aspects of existing teams to deliver goals/programme milestones or benefit from innovation in testing (Skills and expertise in a range of testing services including User Design, Accessibility Testing, Functional Testing, Penetration Testing, User Acceptance Testing, System Integration Testing, Non-functional Testing, Operational Readiness Testing and other Security Testing)
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
96
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Stage One of the restricted procedure requires tenderers to complete an SPD for evaluation. Questions 4C1.2, 4C4 and 4C6 will be scored. The 5 highest scoring tenderers will be invited to submit a tender under Stage 2 of the procedure. The Authority reserves the right to remove any selected tenderers should non-compliance under other SPD criteria be identified. Additionally the Authority reserves the right, at its sole discretion, to increase the number of candidates invited to the second stage if the next highest scoring candidate is within 5% of those selected.
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
The relevant selection criteria will be included in the SPD Scotland module.
three.1.2) Economic and financial standing
List and brief description of selection criteria
The relevant selection criteria will be included in the SPD Scotland module.
three.1.3) Technical and professional ability
List and brief description of selection criteria
The relevant selection criteria will be included in the SPD Scotland module.
Minimum level(s) of standards possibly required
Suppliers must hold Cyber Essentials Plus Certification.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
18 November 2024
Local time
12:00pm
Changed to:
Date
19 November 2024
Local time
12:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
12 December 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: 6 (from the date stated for receipt of tender)
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
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=767790.
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.
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 Benefit requirements are detailed in section 6.2 of ITT Schedule 2 - Specification and Questions.
(SC Ref:767790)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=767790
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom