Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
UK
Telephone: +44 7345473360
E-mail: lisa.pittman@gov.scot
NUTS: UKM
Internet address(es)
Main address: http://www.gov.scot/
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/
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
Telephony and Communication Services Dynamic Purchasing System
Reference number: SP-21-039
II.1.2) Main CPV code
64200000
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority is further extending its collaborative Dynamic Purchasing System (DPS) for Telephony and Communication Services for an additional 24 months until 27 March 2028.
The DPS comprises of two lots:
Lot 1 - Telephony and Communication Services
Lot 2 - Enterprise Bundled Services
The Authority wishes to take this opportunity to refresh the supplier list to ensure current suppliers retain the minimum qualifying criteria, still have up-to-date contact details and still wish to remain as a supplier. Accordingly, suppliers that are currently on the DPS are required to refresh and resubmit their Single Procurement Document (SPD) in order to remain as a DPS supplier. There is no need to resubmit any case study evidence for current suppliers. Current suppliers are required to submit an updated SPD within six weeks of this Contract Notice being issued. Failure to do so will result in current suppliers being removed from the DPS.
Full details of the requirement can be found on a previous Contract Notice which was issued on 17 February 2022, details as follows:
Reference No:FEB441070
OCID:ocds-r6ebe6-0000672959
II.1.5) Estimated total value
Value excluding VAT:
48 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Telephony and Communication Services
II.2.2) Additional CPV code(s)
32321200
32342100
32342200
32342440
32344100
32351000
32400000
32410000
32420000
32430000
32500000
32510000
32520000
32540000
32550000
45314200
48200000
48214000
48219100
48219500
48219700
48219800
48314000
48316000
48500000
48510000
48821000
48900000
50312300
50330000
51300000
51340000
64213000
64214000
64214200
64214400
64215000
64216000
64222000
64223000
64224000
64226000
64227000
71316000
72315000
72710000
72720000
79510000
79511000
79512000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Suppliers must complete the Single Procurement Document (SPD) Scotland and meet the minimum entry criteria, detailed within this Contract Notice, to be established on the DPS.
Due to the wide and diverse nature of this lot, it is not possible to list all the types of services envisaged. However, some examples (non-exhaustive list) include;
Provision of voice calls services & infrastructure, electronic billing services, broadband provision & services, Direct Dial-In (DDI) provision, traditional telephony including line rental including, telephony as a service, Public Switched Telephony Network (PSTN), Integrated Services Digital Network (ISDN), migration management support, paging services, non-geographic numbers, Directory Enquiries, Voice over Internet Protocol (VoIP), Session Initiation Protocol (SIP) trunks, point to point circuits, provision of Internet Protocol (IP) telephony, telephony software services, provision of telephony through a hosted or cloud based solution, call centre/contact centre, maintenance and support services, messaging services, unified communications, Intelligent Voice Response (IVR), automated call distribution, audio conferencing, web conferencing, video conferencing, webcasting, wi-fi services.
Suppliers must have at least 12 months experience delivering the types of services within this lot. Please provide details about the services you can provide under this lot including at least 2 relevant case study examples from the last 3 years. Examples from public and/or private sector may be provided. Please try and be as clear and concise as possible and preferably within 2 sides of text on the relevant case study evidence form. Do not include hyperlinks or embed files to this response and ensure acronyms are explained in full. Note: at least two case study examples are required for each lot.
A copy of the case study evidence form can be found at section 4C.1.2 of the Single Procurement Document (SPD) Scotland within Public Contracts Scotland – Tender (PCS-T). The form should be downloaded, populated with relevant case study examples and uploaded.
Suppliers can apply for either or both lots.
Suppliers should be aware there is not a requirement to provide all services within this lot, applications can be submitted for discrete elements of the services.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical Weighting
/ Weighting: 40-80%
Price
/ Weighting:
20-60%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 71
This contract is subject to renewal: Yes
Description of renewals:
The DPS is likely to be relet at the end of its period.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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
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.
Lot No: 2
II.2.1) Title
Enterprise Bundled Services
II.2.2) Additional CPV code(s)
31712112
32250000
32252000
32252100
32321200
32342100
32342200
32342440
32344100
32351000
32400000
32410000
32420000
32430000
32500000
32510000
32520000
32530000
32540000
32550000
45314200
48214000
48219100
48219500
48219700
48219800
48314000
48316000
48500000
48510000
48821000
48900000
50312300
50330000
51300000
51340000
64212000
64213000
64214000
64214200
64214400
64215000
64216000
64222000
64223000
64224000
64226000
64227000
71316000
72315000
72710000
72720000
79510000
79511000
79512000
48200000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Suppliers must complete the Single Procurement Document (SPD) Scotland and meet the minimum entry criteria detailed within this Contract Notice to be established on the DPS.
The scope of this lot will include all services as detailed within Lot 1 and will also include mobile voice and data services.
This lot will provide a one stop shop for organisations who wish to purchase all their telephony and communication solutions through a single procurement exercise.
Mobile voice and data services can be procured via this lot but only as part of wider services from Lot 1 and cannot be procured as a standalone requirement.
Suppliers must have at least 12 months experience delivering the services within this lot. Please provide details about the services you can provide under this lot including at least 2 relevant case study examples from the last 3 years. Examples from public and/or private sector may be provided. Please note that suppliers are required to demonstrate case study evidence of providing bundled services. This evidence should include mobile voice and data services in addition to some, or all, of the services within Lot 1 as single project/procurement.
Please try and be as clear and concise as possible and preferably within 2 sides of text on the relevant case study evidence form. Do not include hyperlinks or embed files to this response and ensure acronyms are explained in full. Note: at least two case study examples are required for each lot.
A copy of the case study evidence form can be found at section 4C.1.2 of the Single Procurement Document (SPD) Scotland document within Public Contracts Scotland – Tender (PCS-T). The form should be downloaded, populated with relevant case study examples and uploaded.
Suppliers can apply for either or both lots.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 40-80%
Price
/ Weighting:
20-60%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 71
This contract is subject to renewal: Yes
Description of renewals:
The DPS is likely to be relet at the end of its period.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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
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) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
It is a requirement of this DPS that suppliers hold or can commit to obtain prior to being established on the DPS, the types of insurance indicated below:
Employer's (Compulsory) Liability Insurance = in accordance with any legal obligation for the time being in force.
Public Liability insurance of Minimum GBP 1M
Professional Indemnity insurance of Minimum GBP 1M
Suppliers 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 of the SPD.
Overseas and non-UK suppliers will be required to submit a certificate of tax compliance obtained from the country in which they are a resident for tax purposes.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
To gain entry to the DPS, it is mandatory that suppliers hold a suitable third party Cyber Security accreditation e.g. Cyber Essentials, Cyber Essentials Plus, ISO 27001:2013, IASME Gold or are able to provide evidence of equivalency as part of their application. Failure to confirm that a suitable third party accreditation is held (or failure to provide suitable evidence of equivalency) will result in suppliers not gaining entry to the DPS. The response to the Cyber Security question should be provided at section 2.4 within PCS-T.
III.2) Conditions related to 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:
2022/S 000-004553
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
27/03/2028
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
27/03/2028
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:
Yes
Estimated timing for further notices to be published:
January 2028
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
This notice formally further extends the Scottish Government collaborative Telephony and Communication Services (TCS) Dynamic Purchasing System (DPS) for an additional 24 months until 27 March 2028. The DPS will remain open for new suppliers to apply to join.
The Authority wishes to take this opportunity to refresh the supplier list to ensure existing suppliers retain the minimum qualifying criteria, still have up-to-date contact details and still wish to remain as a supplier. Accordingly, suppliers that are currently on the DPS are required to refresh and resubmit their Single Procurement Document (SPD) in order to remain as a DPS supplier. There is no need to resubmit any case study evidence for current suppliers. Current suppliers are required to submit an updated SPD within six weeks of this Contract Notice being issued.
Failure to do so will result in current suppliers being removed from the DPS.
Further details including a supplier guide and current supplier list can be found at the following URL - https://www.gov.scot/publications/telephony-communications-services-dynamic-purchasing-system/
Full details of the requirement can be found on a previous Contract Notice which was issued on 17 February 2022, details as follows:
Reference No:FEB441070
OCID:ocds-r6ebe6-0000672959
For information, the reference to the Scottish Business Pledge within Public Contracts Scotland-Tender is no longer valid and should be ignored.
No form of volume guarantee has been granted by the Authority. The Authority shall not be bound to order any of the services referred to within each lot description. The DPS will be open to entrants throughout its life who meet the minimum criteria.
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 SPD to the Authority within 5 working days of request being issued.
There will be an ongoing requirement for suppliers to provide management information on call-off contracts awarded under this DPS and failure to provide management information may result in suppliers being removed from the DPS.
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:
Community Benefits requirements will be determined at each individual call-off contract.
(SC Ref:818737)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court
Sheriff Clerk's Office, PO Box 23, 1 Carlton Place
Edinburgh
EH1 1LB
UK
Telephone: +44 1312252525
E-mail: edinburgh@scotcourts.gov.uk
Fax: +44 1312258899
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
18/02/2026