National Records of Scotland Web Archiving Project
Capture, preserve, allow general access to archived copies of Scottish public sector websites.
United Kingdom-Edinburgh: IT services: consulting, software development, Internet and support
2016/S 119-211527
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Ladywell House, Ladywell Road
Edinburgh
EH12 7TF
United Kingdom
Contact person: Ron Beckett
Telephone: +44 1313144356
E-mail: ronald.beckett@nrscotland.gov.uk
Fax: +44 1313144256
NUTS code: UKM25
Internet address(es):Main address: http://www.nrscotland.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00474
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Web Capture, Archiving and Continuity.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Authority intends to purchase a service solution that will capture, preserve, allow general access to archived copies of Scottish public sector websites and restore broken web links.
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:
The Authority requires a complete service solution that will include the fully service compliant configuration, implementation and operation of the service as set out addressing the following key components:
(i) Capture: configuration for the capture of content from live websites via client-side remote harvesting, to an agreed schedule and depth; (ii) Host: captured content to be made viewable to NRS staff for quality assurance before being hosted securely by the Service Provider for public access; (iii) Supply: archived content and associated meta-data to be generated and delivered to The Authority by the Service Provider in ISO: 28500:2009 WARC files, which NRS will permanently preserve; (iv) Access: the Service Provider to securely make available on their own hosted website a copy of archived content for online public access. The host site to be identified as the NRS Client Web Archive; and (v) Continuity: the Service Provider must also deliver redirection capability. This will enable users to be automatically redirected from ‘404’ broken links on specified live websites to the NRS Client Web Archive, where a search for the latest archived version of that particular page will be undertaken.
NRS will initially require the archiving of approximately 140 target websites on a permissions basis but the number of target websites may change during the life of the contract. The Authority aims to archive a minimum of a 230 captures of these websites up to a maximum of 350 per annum via this service.
The Contract will include the fully service compliant configuration, implementation and operation of the service as set out within the invitation to tender documentation.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 month period extensions are available subject to contract performance and the ongoing requirement of the Authority to continue with the service.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.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 III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
ESPD (Scotland) Question Reference OB (1a): Bidders will be required to have a minimum ‘general’ yearly turnover of 80 000 GBP for the last 2 years.
ESPD (Scotland) Question Reference 4B2 (2a): Bidders will be required to have a minimum yearly turnover of 80 000 GBP for the last 2 years in the business area covered by the contract.
ESPD (Scotland) Question Reference 4B3: Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading.
ESPD (Scotland) Question Reference 4B5: 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 = 5 000 000 GBP;
— Public Liability Insurance = 5 000 000 GBP;
— Professional Indemnity Insurance = 1 000 000 GBP;
— Product Liability Insurance = 5 000 000 GBP.
III.1.3)Technical and professional ability
The following should be addressed by Bidders in their response to specific ESPD questions:
ESPD Question 4C.1.2 (1b): must provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4) of the OJEU Contract Notice;
ESPD Question 4C.2 (2): Bidders must provide details of the technicians or technical bodies who they can call upon, especially those responsible for quality control;
ESPD Question 4C.3 (3): Bidders must demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements detailed in II.2.4) in the OJEU Contract Notice;
ESPD Question 4C.4 (4): Bidders must confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4) in the OJEU Contract Notice;
ESPD Question 4C.5 (5): Bidders must confirm that they will allow checks to be conducted on their production and technical capacities and where necessary on the means of study and research facilities available to it and on the quality control measures employed;
ESPD Question 4C.7 (7): Bidders are required to detail the environmental management measures they have in place for delivering this work;
ESPD Question 4C.8 (8a): Bidders must confirm their average annual manpower for the last 3 years;
ESPD Question 4C.8 (8b): Bidders must confirm their and the number of managerial staff for the last 3 years;
ESPD Question 4C.9 (9): Bidders must demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4) in the OJEU Contract Notice;
ESPD Question 4C.10 (10): Bidders must confirm whether they intend to subcontract and, if so, for what proportion of the contract.
The following ESPD questions will be used to establish the credibility in terms of experience, expertise and resources of Bidders’ capability in meet the requirements of the Specification. It is important that the Bidder addresses each of the questions in detail as failure to do so may mean that the Authority will be unable to further consider the bid:
ESPD Question 4C.1.2 (1b): examples of providing similar service; 4C.2 (2): detail of technical staff and quality control; 4C.3 (3): detail of facilities suitable to providing service; 4C.4 (4): detail of business systems; 4C.5 (5): confirmation required; 4C.7 (7): evidence of current environmental policy; 4C.8 (8a): detail required; 4C.8 (8b): detail required; 4C.9 (9): evidence of technical resources; and 4C.10 (10): detail required.
III.2.2)Contract performance conditions:
The following should be addressed by Bidders in their response to specific ESPD question:
ESPD Question 4D.1: The bidder must hold a currently valid UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
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
Public Contracts Scotland portal: www.publiccontractsscotland.gov.uk
NRS Procurement will open tenders.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Bidders must take into account that failing the requirements of the mandatory questions in the ESPD will disqualify their bid, therefore the ESPD must be read carefully and completed correctly. As the Specified requirement in the ITT (Schedule 2) is quite specific the technical responses in the ESPD will be considered as to whether they specifically address the capability to provide the solution.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland web site at:http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=445435
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at:http://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.
(SC Ref:445435).
VI.4.1)Review body
Ladywell House, Ladywell Road
Edinburgh
EH12 7TF
United Kingdom
Telephone: +44 1313144633
Fax: +44 1313144256Internet address:http://www.nrscotland.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Supply SAN Server and Backup Service
Hardware and Software Support Tender
Supply Document Management Information and Storage System
Data Backup and Disaster Recovery Contract