Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Requirements Reserved for Supported Businesses Dynamic Purchasing System (DPS)

  • First published: 03 August 2023
  • Last modified: 03 August 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03ec82
Published by:
Scottish Government
Authority ID:
AA26920
Publication date:
03 August 2023
Deadline date:
08 September 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Supported businesses are organisations whose main aim is to integrate disabled or disadvantaged people socially and professionally.

The Dynamic Purchasing System (DPS) will be on a single Lot basis which it is anticipated will hold a wide range of goods and services provided by supported businesses.

Descriptions of these goods and services and any subsequent categorisation will be provided via a publicly available guidance documentation.

The key aim of the Requirements Reserved for Supported Businesses DPS is to provide Scottish Public Sector and Third Sector Bodies (Framework Public Bodies) with a clear path for the purchase of goods and services from Supported Businesses and in doing so, support the integration of disabled and disadvantaged citizens into the mainstream workforce.

The Public Contracts (Scotland) Regulations 2015, Section 2, Regulation 21, definition of a Supported Business is twofold. Firstly, a bidding organisation must have the social and professional integration of disabled and disadvantaged persons as its main aim. This may be evidenced in the organisation's Articles of Association (in the case of companies) or such other constitutional documentation that governs the organisation. It is within the discretion of individual public bodies to determine whether a bidding organisation has demonstrated the requirement that it has as its main aim the social and professional integration of disabled and disadvantaged persons.

Secondly, The Public Contracts (Scotland) Regulations 2015, Section 2, Regulation 21, definition requires that at least 30% of the employees of the organisation are disabled or disadvantaged. Regulation 2 of the Public Contracts (Scotland) Regulations 2015 states "disabled", in relation to a person, means a disabled person within the meaning of the Equality Act 2010 and, in relation to a worker, means a disabled person who is a worker.

This definition of a supported business is known as the ‘two-part test.’

To assess your suitability for addition to the Requirements Reserved for Supported Businesses DPS you must complete the minimum entry criteria with the Scottish Procurement Document (SPD) for this DPS held within PCS Tender and also complete the information requested on the 'two-part test' definition that will confirm a bidder's supported business status. This information request on the two part test is held within the "General Attachments" area of the the Scottish Procurement Document (SPD) in PCS Tender in the document called 'Annex A – Requirements Reserved for Supported Businesses Dynamic Purchasing System (DPS)'.

No form of volume guarantee has been granted by the Authority. The Authority shall not be be bound to order any services described in the guidance document that supports the single Lot.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

UK

Contact person: Scott McCrindle

Telephone: +44 1412425759

E-mail: scott.mccrindle@gov.scot

NUTS: UKM

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) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Requirements Reserved for Supported Businesses Dynamic Purchasing System (DPS)

Reference number: SP-23-011

II.1.2) Main CPV code

39000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Scottish Government is establishing a collaborative Dynamic Purchasing System (DPS) for Requirements Reserved for Supported Businesses. A key objective of this DPS is to continue to provide the Scottish public sector and third sector bodies a straightforward, flexible route to market for a range of goods and services provided by supported businesses and in doing so, support the integration of disabled and disadvantaged citizens into the mainstream workforce.

The DPS will be on a single Lot basis that will hold a wide range of goods and services provided by supported businesses. Descriptions of these goods and services and any subsequent categorisation will be provided via publicly available guidance documentation.

Potential participants must complete the SPD (Single Procurement Document) held within PCS Tender and meet the minimum entry criteria to participate in the DPS.

Participants must also complete within this SPD, Annex A to this Dynamic Purchasing System which requests confirmation from bidders on their meeting of the reserved contract criteria described as the ‘two part test’ introduced by European Directive 2014/24/EU and given effect in Scotland through the Public Contracts (Scotland) Regulations 2015, Section 2, Regulation 21.

For details of public sector organisations who can access the DPS please see section III.1) Conditions for participation.

The Requirements Reserved for Supported Businesses DPS will be open for new applicants throughout the lifetime of the DPS.

II.1.5) Estimated total value

Value excluding VAT: 6 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

18200000

18300000

18114000

18130000

55300000

55400000

79000000

18400000

18100000

18110000

18113000

18810000

22100000

37000000

22000000

72000000

98000000

92000000

85300000

33700000

48000000

34928000

34928470

34992000

33199000

35120000

22300000

50800000

72100000

72200000

72300000

72400000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Supported businesses are organisations whose main aim is to integrate disabled or disadvantaged people socially and professionally.

The Dynamic Purchasing System (DPS) will be on a single Lot basis which it is anticipated will hold a wide range of goods and services provided by supported businesses.

Descriptions of these goods and services and any subsequent categorisation will be provided via a publicly available guidance documentation.

The key aim of the Requirements Reserved for Supported Businesses DPS is to provide Scottish Public Sector and Third Sector Bodies (Framework Public Bodies) with a clear path for the purchase of goods and services from Supported Businesses and in doing so, support the integration of disabled and disadvantaged citizens into the mainstream workforce.

The Public Contracts (Scotland) Regulations 2015, Section 2, Regulation 21, definition of a Supported Business is twofold. Firstly, a bidding organisation must have the social and professional integration of disabled and disadvantaged persons as its main aim. This may be evidenced in the organisation's Articles of Association (in the case of companies) or such other constitutional documentation that governs the organisation. It is within the discretion of individual public bodies to determine whether a bidding organisation has demonstrated the requirement that it has as its main aim the social and professional integration of disabled and disadvantaged persons.

Secondly, The Public Contracts (Scotland) Regulations 2015, Section 2, Regulation 21, definition requires that at least 30% of the employees of the organisation are disabled or disadvantaged. Regulation 2 of the Public Contracts (Scotland) Regulations 2015 states "disabled", in relation to a person, means a disabled person within the meaning of the Equality Act 2010 and, in relation to a worker, means a disabled person who is a worker.

This definition of a supported business is known as the ‘two-part test.’

To assess your suitability for addition to the Requirements Reserved for Supported Businesses DPS you must complete the minimum entry criteria with the Scottish Procurement Document (SPD) for this DPS held within PCS Tender and also complete the information requested on the 'two-part test' definition that will confirm a bidder's supported business status. This information request on the two part test is held within the "General Attachments" area of the the Scottish Procurement Document (SPD) in PCS Tender in the document called 'Annex A – Requirements Reserved for Supported Businesses Dynamic Purchasing System (DPS)'.

No form of volume guarantee has been granted by the Authority. The Authority shall not be be bound to order any services described in the guidance document that supports the single Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 60-80%

Price / Weighting:  20-40%

II.2.6) Estimated value

Value excluding VAT: 6 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 50

Objective criteria for choosing the limited number of candidates:

There is no maximum limit to the number of candidates in a dynamic purchasing system

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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 Authority has the right to request evidence that entry criteria is still valid at any point during the lifecycle of the Dynamic Purchasing System with evidence to be provided via an updated SPD to the Authority within 5 working days of request being issued. Approved suppliers will be asked to confirm their details annually on the anniversary of the implementation of the DPS.

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 in accordance with any legal obligation for the time being in force:

Public Liability insurance of Minimum GBP 1M

Employers Liability insurance of Minimum GBP 5M

Professional Indemnity insurance of Minimum GBP 1M

Project specific insurance levels will be issued alongside the tender documentation at call-off stage.

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 & 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 Limited, 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 DPS 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.

Information about Scottish Public Bodies is available at:

http://www.scotland.gov.uk/Topics/Government/public-bodies/about

Information about the Review of Public Procurement in Scotland and links to the other Centres of Expertise are available at:

http://www.scotland.gov.uk/Topics/Government/Procurement

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.1.5) Information about reserved contracts

The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons.

The execution of the contract is restricted to the framework of sheltered employment programmes.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

There will be an ongoing requirement to provide management information on the call of contracts awarded through the DPS.

On an annual basis each Company/Organisation (supported business) on the DPS List will confirm that it continues to meets the reserved contract criteria described as ‘two part test’ introduced by European Directive 2014/24/EU and given effect in Scotland through the Public Contracts (Scotland) Regulations 2015 ("the Regulations"), Section 2, Regulation 21.

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2018/S 143-326359

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 08/09/2025

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 08/09/2025

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Please note there is a Technical Envelope within PCS-Tender regarding Fair Work. Your responses are required for information purposes and are not part of the selection criteria. Applications will not be accepted via the PCS-T system unless you complete this Technical Envelope.

Organisations who use the DPS for call-offs will issue them electronically through PCS-Tender.

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 hundreds of thousands however no form of volume guarantee has been granted by the Authority.

All participants awarded a place on Lot 1 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 goods or services described in Lot 1.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 24782.

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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

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.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 24782. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

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:734029)

VI.4) Procedures for review

VI.4.1) Review body

Sheriff court

27 Chambers Street

Edinburgh

EH1 1LB

UK

Telephone: +44 1312252525

E-mail: edinburgh@scotcourts.gov.uk

Internet address(es)

URL: 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

02/08/2023

Coding

Commodity categories

ID Title Parent category
55400000 Beverage-serving services Hotel, restaurant and retail trade services
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
18114000 Coveralls Occupational clothing
72300000 Data services IT services: consulting, software development, Internet and support
18810000 Footwear other than sports and protective footwear Footwear
39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products Technology and Equipment
18300000 Garments Clothing, footwear, luggage articles and accessories
72100000 Hardware consultancy services IT services: consulting, software development, Internet and support
18113000 Industrial clothing Occupational clothing
72400000 Internet services IT services: consulting, software development, Internet and support
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
33199000 Medical clothing Miscellaneous medical devices and products
50800000 Miscellaneous repair and maintenance services Repair and maintenance services
37000000 Musical instruments, sport goods, games, toys, handicraft, art materials and accessories Materials and Products
18110000 Occupational clothing Occupational clothing, special workwear and accessories
18100000 Occupational clothing, special workwear and accessories Clothing, footwear, luggage articles and accessories
98000000 Other community, social and personal services Other Services
18200000 Outerwear Clothing, footwear, luggage articles and accessories
33700000 Personal care products Medical equipments, pharmaceuticals and personal care products
22300000 Postcards, greeting cards and other printed matter Printed matter and related products
22100000 Printed books, brochures and leaflets Printed matter and related products
22000000 Printed matter and related products Printing and Publishing
92000000 Recreational, cultural and sporting services Other Services
55300000 Restaurant and food-serving services Hotel, restaurant and retail trade services
34928000 Road furniture Road equipment
34928470 Signage Road furniture
34992000 Signs and illuminated signs Control, safety, signalling and light equipment
85300000 Social work and related services Health and social work services
48000000 Software package and information systems Computer and Related Services
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support
18400000 Special clothing and accessories Clothing, footwear, luggage articles and accessories
18130000 Special workwear Occupational clothing, special workwear and accessories
35120000 Surveillance and security systems and devices Emergency and security equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
scott.mccrindle@gov.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.