Supply Statistics Software and Services
National Records of Scotland wishes to appoint a contractor to provide replacement software products, toolkits, services.
United Kingdom-Edinburgh: Statistical software development services
2016/S 112-199038
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
736
Ladywell House, Ladywell Road
Edinburgh
EH12 7TF
United Kingdom
Contact person: Leanne Gourlay
Telephone: +44 1313144215
E-mail: Leanne.gourlay@nrscotland.gov.uk
NUTS code: UKM25
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Census Statistical Output Production and Online Dissemination.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
National Records of Scotland wishes to appoint a contractor to provide replacement software products, toolkits, services and support for the production of statistical outputs from the results of Census and the building of an online system for the dissemination of census data.
The statistical outputs will consist of tables of varying degrees of complexity, for a number of levels of geographic area. There is also a requirement for the production of a number of cubes which will serve as data sources for other systems and organisations.
To maximise the effective use of the products procured for output and dissemination activities NRS will also require the contractor to provide technical support and training services.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Ladywell House, Ladywell Road, Edinburgh, EH12 7TF.
II.2.4)Description of the procurement:
National Records of Scotland wishes to appoint a contractor to provide replacement software products, toolkits, services and support for the production of statistical outputs from the results of Census and the building of an online system for the dissemination of census data.
The statistical outputs will consist of tables of varying degrees of complexity, for a number of levels of geographic area. There is also a requirement for the production of a number of cubes which will serve as data sources for other systems and organisations.
To maximise the effective use of the products procured for output and dissemination activities NRS will also require the contractor to provide technical support and training services.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Contract to be let on basis of 4 +1+1. Requirement is ongoing and contract will be relet at the end of the contract period, or extension period if used.
II.2.9)Information about the limits on the number of candidates to be invited
Selected responses to Section 4C of the ESPD (Technical and Professional Ability) will be used to shortlist candidates whose responses to the overall ESPD are satisfactory. The following %s have been selected:
4C. 1.2 — 50 %
4C. 2 — 10 %
4C. 3 — 10 %
4C. 8 — 5 %
4C. 9 — 20 %
4C. 10 — 5 %
Scoring will be based on the following:
0 — Unacceptable
1 — Poor
2 — Acceptable
3 — Good
4 — Excellent
Unacceptable — Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
Poor — Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
Acceptable — Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
Good — Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
Excellent — Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
1)If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country they are established.
2)Where it is required within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation (s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships.
III.1.2)Economic and financial standing
1b) Bidders will be required to have an average yearly turnover of a minimum of 600 000 GBP for the last 3 years.
2b) Bidders will be required to have an average yearly turnover of a minimum of 600 000 GBP in the business area covered by the contract for the last 2 years.
3) Not used.
4) Not used
Reference Question 5 ESPD — 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 = 1 000 000 GBP
Professional Indemnity Insurance = 1 000 000 GBP
If a bidder is successfully shortlisted through the ESPD process it will be requested to submit two years of audited accounts for assessment by the Scottish Government Finance Team. The bidder will be given a financial health check and this will be used to determine whether the bidder will be invited to tender.
III.1.3)Technical and professional ability
The following ESPD questions should be addressed by Bidders on the basis set out in each specific question. The question responses will be used to establish the technical and professional ability of the Bidders. It is therefore important that Bidders address each of the questions in detail as failure to do so may mean that the Authority will be unable to consider the bid further.
4C.1 — Not required.
4C.1.1 — Not required.
4C.1.2 — Bidders must provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in the Contract Notice.
4C.2 (2) — Bidders must confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.
4C.2.1 — Not used.
4C.3 — Bidders must demonstrate that they have (or have access to) the appropriate technical facilities and quality measures to deliver the types of requirements detailed in the Contract Notice.
4C.4 — Not used.
4C.5 — Not used.
4C.6 — Not used.
4C.6.1 — Not used.
4C.7 — Not used.
4C.8 (a) — Bidders must confirm their average annual manpower for the last 3 years.
4C.8.1 (b) — Bidders must confirm their number of managerial staff for the last 3 years.
4C.9 — Bidders must demonstrate that they have (or have access to) the relevant tools and/or technical equipment to deliver the types of requirements detailed in the Contract Notice.
4C.10 — Bidders must confirm whether they intend to subcontract and, if so, for what elements and proportion of the contract.
4C.11 — Not used.
4C.12 — Not used.
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.2.3)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
6 — 9 months prior to contract end date if extensions are not used.
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.
Nothing in the ESPD, or other tender documents will constitute an offer or a commitment to award any contract or other agreement or arrangement to any person. The NRS does not bind itself to award a contract or contracts and shall not be liable for any costs incurred in the production or submission of ESPD responses. The NRS reserves the right to change the timing or any other aspect of the procurement process or to cancel the procurement process at any stage or not to proceed with the procurement for any reason whatever without prior notice. Under no circumstances will the Fund or any of its advisers be liable for any costs or expenses incurred by bidders and/or their members in this procurement.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=443013
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://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:443013).
VI.4.1)Review body
Ladywell House, Ladywell Road
Edinburgh
EH12 7TF
United Kingdom
Telephone: +44 1313144215
E-mail: leanne.gourlay@nrscotland.gov.ukInternet address:http://www.nrscotland.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Department of Justice Database Management Contract
Data Management Platform for MHRA
Maintaining and Supporting the National Household Model
Data Warehouse Development Contract