Scottish Government Digital Technology Services Dynamic Purchasing System – Extension
Digital Technology Projects – Lot No: 1. Digital Technology Resources – Lot No: 2. Cyber Security Services – Lot No: 3.
United Kingdom-Glasgow: IT services: consulting, software development, Internet and support
2020/S 237-586945
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 5 Atlantic Quay
Town: Glasgow
NUTS code: UKM SCOTLAND
Postal code: G2 8LU
Country: United Kingdom
Contact person: Alasdair Rowan
E-mail: Alasdair.Rowan@gov.scot
Telephone: +44 1412420207
Internet address(es):
Main address: http://www.scotland.gov.uk
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:
Digital Technology Services Dynamic Purchasing System — Extension
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The authority is extending its collaborative digital technology services Dynamic Purchasing System (DPS) for a further 24 months until the 10 February 2023.
The DPS will remain open for new suppliers to apply to join. Existing suppliers that have already successfully joined the DPS do not need to re-apply. Full details can be found on the previous contract notice issued on 19 December 2018, see below:
OJEU Number: 2018/S 140-320585
Reference Number/Notice ID: DEC340437
OCID: ocds-r6ebe6-0000566026
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC340437
II.1.6)Information about lots
II.2.1)Title:
Digital Technology Projects
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Full details of the requirements for the lots can be found on the previous contract notice which was issued on 19 of December 2018, details as follows:
OJEU Number: 2018/S 140-320585
Reference Number/Notice ID: DEC340437
OCID: ocds-r6ebe6-0000566026
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC340437
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This DPS may be further extended in line with Public Contract Scotland Regulations 2015 with a formal extension notice published from this site.
II.2.9)Information about the limits on the number of candidates to be invited
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
Economics operators may be excluded from this DPS if they are in any of the situations referred to in Regulations 58 of the Public Contracts (Scotland) 2015.
II.2.1)Title:
Digital Technology Resources
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Full details of the requirements for the lots can be found on the previous Contract Notice which was issued on 19 of December 2018, details as follows:
OJEU Number: 2018/S 140-320585
Reference Number/Notice ID: DEC340437
OCID: ocds-r6ebe6-0000566026
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC340437
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This DPS may be further extended in line with Public Contract Scotland Regulations 2015 with a formal extension notice published from this site.
II.2.9)Information about the limits on the number of candidates to be invited
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 DPS if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
II.2.1)Title:
Cyber Security Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Full details of the requirements for the Lots can be found on the previous contract notice which was issued on 19 of December 2018, details as follows:
OJEU Number: 2018/S 140-320585
Reference Number/Notice ID: DEC340437
OCID: ocds-r6ebe6-0000566026
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC340437
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal: this DPS may be further extended in line with Public Contract Scotland Regulations 2015 with a formal extension notice published from this site.
II.2.9)Information about the limits on the number of candidates to be invited
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 DPS 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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Potential participants from the UK will be required to provide their tax reference numbers: i.e. Value Added Tax registration number, PAYE collection reference and corporation tax or self-assessment reference, as applicable. Please enter this number in section 2A question 2A.2 and 3 of the ESPD.
Overseas and non-UK potential participants will be required to submit a certificate of tax compliance obtained from the country in which they are a resident for tax purposes.
The authority will have the right to request evidence that entry criteria is still valid at any point during the life of the Dynamic Purchasing System with evidence to be provided via an updated ESPD to the authority within 5 working days of request being issued.
It is a requirement of this DPS that suppliers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance as a minimum indicated below;
Public liability insurance of minimum GBP 1 million.
Employers liability insurance of minimum GBP 5 million.
Professional indemnity insurance of minimum GBP 1 million.
The Dynamic Purchasing System 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 and 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 Ltd, 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.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Criteria for each lot is presented in the description area for each individual lot.
III.2.2)Contract performance conditions:
There will be an ongoing requirement to provide management information on the call-off contracts awarded through the DPS.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published:
December 2022
VI.2)Information about electronic workflows
VI.3)Additional information:
Please note there is a technical envelope within PCS-T regarding both Fair Work and Cyber Security. Your responses are required for information purposes only and are not part of the selection criteria. Applications will not be accepted via the PCS-T system unless you complete this Envelope.
The system for establishing and on-boarding suppliers to the DPS will operate fully electronically using the PCS-Tender system Project_Code 12270
Organisations who use the DPS for call-offs will issue them electronically. Many organisations use PCS-Tender, however for those organisations who do not use PCS-Tender, alternative electronic routes may also be used and are acceptable. We envisage the value of call-off contracts to range from thousands to multi millions however no form of volume guarantee has been granted by the authority.
All participants awarded a place on a Lot on the DPS will be invited to all contract opportunities within the lot. Award criteria will be based on best price-quality ratio (see sect II.2.5 of this OJEU for ranges) which will be formulated more precisely at call-off and may incorporate mandatory minimum requirements bidders have to achieve.
Participants should be aware there is not a requirement to bid for all lots or provide all services under each lot.
Digital First Service Standard – https://resources.mygov.scot/standards/digital-first/
Scotland’s Digital Future: High Level Operating Framework – http://www.gov.scot/Resource/0048/00482416.pdf
The buyer is using PCS-Tender to conduct this PQQ exercise. The project code is 12270. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
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.
(SC Ref:637002)
VI.4.1)Review body
Postal address: 27 Chambers St
Town: Edinburgh
Postal code: EH1 1LB
Country: United Kingdom
E-mail: edinburgh@scotcourts.gov.uk
Telephone: +44 1312252525
Internet address: https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court
VI.5)Date of dispatch of this notice: