Debt Case Management System Tender
With the introduction of Social Security Scotland, there is a requirement to have a Debt Management function, supported by a Debt Management System.
United Kingdom-Edinburgh: Software package and information systems
2018/S 135-308461
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Victoria Quay, Leith
Edinburgh
EH6 6QQ
United Kingdom
Telephone: +44 1312447556
E-mail: karen.gubbins@gov.scot
NUTS code: UKM
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provison of a Debt Case Management System
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
With the introduction of Social Security Scotland, there is a requirement to have a Debt Management function, supported by a Debt Management System (DMS) that will allow cases to be handled, assigned and managed. The DMS will enable the successful recovery of any debt owing to Social Security Scotland, following standard, agreed and compliant processes.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
With the introduction of Social Security Scotland, there is a requirement to have a Debt Management function, supported by a Debt Management System (DMS) that will allow cases to be handled, assigned and managed. The DMS will enable the successful recovery of any debt owing to Social Security Scotland, following standard, agreed and compliant processes.
The SSS have a business requirement to implement a Minimum Viable Product Debt Case Management System by March 2019. The SSS may decide to host the DMS infrastructure within our own AWS cloud at a future date. Therefore, we require the supplier to provide an option cost to:
a. migrate the system in to the SSS private cloud;
b. provide support for the application layer only.
At that time SSS will work with the Supplier to migrate the system into the SSS private cloud.
Beyond the initial implementation, there is the intention to integrate with other components within the SSS Solution, the Out The Box integration capabilities of the system are a key factor in vendor / system selection. The SSS have a strategic aim to exploit the system integration capabilities requirements at a later date and may seek to develop additional functionality within the system through additional statements of works at a later date to meet evolving business requirements in an environment of change.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
List and brief description of selection criteria:
4B.4 Bidders will be required to state the value(s) for the following financial ratio(s): Current Ratio.
The acceptable range for each financial ratio is:
Current ratio equal to or greater than 1.
The ratio will be calculated as follows:
Current Ratio = Current Assets / Current Liabilities
4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
— Employer’s (Compulsory) Liability Insurance = [2 000 000]GBP,
— Public Liability Insurance = [2 000 000]GBP,
— Professional Indemnity Insurance = [2 000 000]GBP.
III.1.3)Technical and professional ability
4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Suppliers must hold a third party Cyber Security accreditation e.g. Cyber Essentials, Cyber Essentials Plus, ISO 27001, IASME or be able to provide evidence of equivalency, and details of this must be provided at Section 2.2 of the technical envelope within the ESPD.
III.2.2)Contract performance conditions:
In accordance with the terms and conditions of contract.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
August 2021 if the extension options are exercised.
VI.2)Information about electronic workflows
VI.3)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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11346
For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Information contained within Invitation to Tender.
(SC Ref:549428)
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11346
For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Community Benefits clauses apply as per the Invitation to Tender document.
(SC Ref:550251)
VI.4.1)Review body
Victoria Quay, Leith
Edinburgh
EH6 6QQ
United Kingdom
Telephone: +44 1312447556Internet address: http://www.scotland.gov.uk
VI.5)Date of dispatch of this notice: