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

Telephony Services Dynamic Purchasing System

  • First published: 29 June 2018
  • Last modified: 29 June 2018

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:
Published by:
Scottish Government
Authority ID:
AA26920
Publication date:
29 June 2018
Deadline date:
26 June 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Potential participants must complete the European Single Procurement Document (ESPD) and meet the minimum entry criteria to be established on the DPS. This lot will provide supplier delivery and support for organisations seeking IP Telephony Services. The IP Telephony lot will encompass all telephony technologies and services that use the Internet Protocol's packet-switched connections to exchange voice, fax, and other forms of information that have traditionally been carried over the dedicated circuit-switched connections of the public switched telephone network (PSTN). Due to the wide and diverse nature of IP Telephony, it isn’t possible to list all the types envisaged - but some examples (non-exhaustive list) are; Voice Over Internet Protocol (VoIP), Session Initiation Protocol (SIP) Trunk Provision, Point to Point Circuits, Telephony as a Service (TaaS), Provision of telephony through a hosted or cloud based solution, Contact Centre Provision, Messaging Services, Intelligent Voice Response (IVR), Automated Call Distribution (ACD), Unified Communications and Broadband provision and services (e.g. Site to site or Site to cloud connectivity, broadband routing etc.) Participants must have at least 12 months experience delivering the types of services and technologies within this Lot. Tell us about your company, services you provide and at least 2 relevant case study examples from the last 3 years. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 2 sides of A4 paper. Responses to be provided in section 4C- (Technical and professional ability) part 4C.1.2 of the ESPD Document.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

UK

Contact person: David Box

Telephone: +44 1412420345

E-mail: david.box@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 Services Dynamic Purchasing System

Reference number: SP-17-032

II.1.2) Main CPV code

64200000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Authority has established a collaborative Dynamic Purchasing System (DPS) for Telephony Services. The DPS comprises a number of categories (lots) for the provision of Traditional Telephony, Internet Protocol (IP) Telephony and Enterprise Bundled Services. A key objective is to offer a straightforward, flexible and suitable route to market for Scottish public sector bodies. See section III.1.1) for details of public sector organisations who can access the DPS. 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 in the lot descriptions. The DPS will be open to entrants throughout its life who meet the minimum criteria.

II.1.5) Estimated total value

Value excluding VAT: 10 000 000.00  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

Traditional Telephony

II.2.2) Additional CPV code(s)

64200000

32500000

64223000

32424000

32521000

32427000

32416100

32420000

32428000

32342450

32522000

48513000

31712113

48514000

48516000

64214400

64214000

32412100

32416000

32421000

32429000

32551000

51340000

32423000

64213000

32544000

32400000

32524000

32545000

79510000

32344100

51300000

32332200

32412000

32342440

32520000

32543000

32523000

32552000

32415000

64214200

32546000

64227000

48314000

32540000

48510000

32541000

32510000

64210000

32342100

32422000

32550000

79511000

64224000

32542000

32000000

32342200

64220000

64212200

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Potential participants must complete the European Single Procurement Document (ESPD) and meet the minimum entry criteria to be established on the DPS. This lot will provide supplier delivery and support for organisations seeking traditional telephony services. The traditional telephony lot will encompass all telephony technologies and services that are traditionally carried out over the dedicated circuit switch connections of a Public Switch Telephone Network (PSTN). Due to the wide and diverse nature of traditional telephony services, it is not possible to list all the types envisaged. However, some examples (non-exhaustive list) are; the provision of voice calls, services and infrastructure; Line Rental including Integrated Serves Digital Network (ISDN) and PSTN; Direct Dial Integer (DDI) Provisioning; Electronic Billing Services; Migration Management Support; Non geographic numbers and directory enquiries; Broadband provision and services (e.g. site to site or site to cloud connectivity, broadband routing etc.) and paging services. Participants must have at least 12 months experience delivering the types of services within this Lot. Tell us about your company, services you provide and at least 2 relevant case study examples from the last 3 years. Examples from both public and / or private sector may be provided. Please try and be as concise as possible and preferably within 2 sides of A4 paper. Responses are to be provided in section 4C- (Technical and professional ability) part 4C.1.2 of the ESPD Document.

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: 24

This contract is subject to renewal: Yes

Description of renewals:

An initial period of 12 months with an option to extend for an additional 12 months

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

Internet Protocol (IP) Telephony

II.2.2) Additional CPV code(s)

64200000

64215000

64210000

32500000

32410000

32430000

72720000

79512000

48512000

64227000

64223000

32424000

32521000

32427000

32416100

32420000

32428000

32342200

32342450

32522000

48513000

31712113

48514000

48516000

64214400

64214000

32412100

32421000

32429000

32551000

51340000

32423000

64213000

32544000

32400000

32524000

32545000

79510000

32344100

51300000

32332200

32412000

32342440

32520000

32543000

32523000

32552000

32415000

64214200

32546000

48314000

32540000

48510000

32541000

32510000

32342100

32422000

32550000

79511000

32542000

32000000

32417000

64224000

64212200

64220000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Potential participants must complete the European Single Procurement Document (ESPD) and meet the minimum entry criteria to be established on the DPS. This lot will provide supplier delivery and support for organisations seeking IP Telephony Services. The IP Telephony lot will encompass all telephony technologies and services that use the Internet Protocol's packet-switched connections to exchange voice, fax, and other forms of information that have traditionally been carried over the dedicated circuit-switched connections of the public switched telephone network (PSTN). Due to the wide and diverse nature of IP Telephony, it isn’t possible to list all the types envisaged - but some examples (non-exhaustive list) are; Voice Over Internet Protocol (VoIP), Session Initiation Protocol (SIP) Trunk Provision, Point to Point Circuits, Telephony as a Service (TaaS), Provision of telephony through a hosted or cloud based solution, Contact Centre Provision, Messaging Services, Intelligent Voice Response (IVR), Automated Call Distribution (ACD), Unified Communications and Broadband provision and services (e.g. Site to site or Site to cloud connectivity, broadband routing etc.) Participants must have at least 12 months experience delivering the types of services and technologies within this Lot. Tell us about your company, services you provide and at least 2 relevant case study examples from the last 3 years. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 2 sides of A4 paper. Responses to be provided in section 4C- (Technical and professional ability) part 4C.1.2 of the ESPD Document.

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: 24

This contract is subject to renewal: Yes

Description of renewals:

An initial period of 12 months with an option for an additional 12 months.

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: 3

II.2.1) Title

Enterprise Bundled Services

II.2.2) Additional CPV code(s)

64200000

64215000

64210000

32500000

32410000

32430000

72720000

79512000

48512000

64227000

64223000

64212000

32250000

64212100

32424000

32521000

32427000

32416100

32420000

32428000

32342200

32342450

32522000

48513000

31712113

48514000

32252000

64212500

48516000

64214400

64212300

64214000

32412100

32416000

32421000

32429000

32551000

51340000

64212700

32423000

64213000

32544000

32400000

32524000

32545000

79510000

32344100

51300000

64212600

32332200

32412000

32252100

32342440

32520000

32543000

32523000

32552000

32415000

64214200

32546000

48314000

32540000

48510000

32541000

32510000

32342100

32422000

32550000

79511000

31712112

64224000

32542000

32000000

32417000

64220000

64212200

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Potential participants must complete the European Single Procurement Document (ESPD) and meet the minimum entry criteria to participate on the DPS. The Enterprise Bundled Services Lot will provide organisations access to a bundled range of telephony services as opposed to individual services. The scope of this Lot will focus on bundled services from those identified within Lots 1 and 2 and also includes other services, but not be limited to, such as mobile voice and data telephony, unified communications, telephony as a service etc. This lot will provide a one stop shop for organisations who want to purchase their telephony solutions through one Procurement. More than one telephony service will need to be purchased to qualify as a procurement of a bundle. Participants must have at least 12 months experience delivering the types of services and technologies within this Lot. Tell us about your company, services you provide and at least 2 relevant case study examples from the last 3 years. Examples from both public and / or private sector may be provided. Please try and be as concise as possible and preferably within 2 sides of A4 paper. Responses to be provided in section 4C- (Technical and professional ability) part 4C.1.2 of the ESPD Document.

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: 24

This contract is subject to renewal: Yes

Description of renewals:

An initial 12 month period with an option to extend for an additional 12 months

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

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 2A.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 contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below:

Public Liability insurance of Minimum 1 000 000 GBP

Employers Liability insurance of Minimum 5 000 000 GBP

Professional Indemnity insurance of Minimum 1 000 000 GBP

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 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 Dynamic Purchasing System 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.gov.scot/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.gov.scot/Topics/Government/Procurement

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Criteria for each Lot (Category) is presented in the description area for each individual Lot (Category).

Suppliers must hold a third party Cyber Security accreditation e.g. Cyber Essentials, Cyber Essentials Plus, ISO 27001, IASME or be able to provide evidence of equivalency, and details of this must be provided at Section 2.2) of the technical envelope within the ESPD.


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

There will be a requirement to provide management information on the call-off contracts awarded through the DPS.

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 095-216209

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

Date: 26/06/2020

Local time: 12:00

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

Date: 26/06/2020

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:

19 May 2020

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

Establishing a DPS for Telephony Services is a new route for Scottish Procurement and as a continuous improvement procedure, we will review outcomes with stakeholders and suppliers during the first 6 to 12 months.

**Please note there is a Technical Envelope within PCS-T regarding both Fair Work and Cyber Security. With regard to Fair Work, your responses are required for information purposes only and are not part of the selection criteria. However, with regard to Cyber Security, it is mandatory that Suppliers hold a third party Cyber Security accreditation relevant to the delivery of services under this DPS e.g. Cyber Essentials, Cyber Essentials Plus, ISO 27001, IASME or equivalent. Failure to confirm that a third party accreditation, or equivalent, is held will result in Suppliers not gaining access to the DPS. Applications will not be accepted via the PCS-T system unless you complete this Envelope.

The estimated total value is up to 10 000 000 GBP (excluding VAT) with call-off contracts likely to be in much smaller values. The system for establishing and on-boarding suppliers to the DPS will operate fully electronically using the PCS-Tender system Project Code 10849.

Organisations who use the DPS for call-offs will issue all documentation electronically. Many organisations use PCS-Tender. However, alternative electronic routes may also be used and are acceptable.

All participants awarded a place on a Lot on the DPS will be invited to all contract opportunities within that 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.

Realising Scotland's full potential in a digital world: A Digital Strategy for Scotland - http://www.gov.scot/Publications/2017/03/7843

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 10849. 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:

Community Benefits requirements will be determined at each individual call-off contract.

(SC Ref:547002)

VI.4) Procedures for review

VI.4.1) Review body

Scottish Government

5 Atlantic Quay

Glasgow

G2 8LU

UK

Telephone: +44 1412420345

Internet address(es)

URL: http://www.scotland.gov.uk

VI.5) Date of dispatch of this notice

27/06/2018

Coding

Commodity categories

ID Title Parent category
79512000 Call centre Telephone-answering services
31712113 Cards containing integrated circuits Microelectronic machinery and apparatus and microsystems
64214400 Communication land-line rental Dedicated-business telephone network services
48510000 Communication software package Communication and multimedia software package
32412000 Communications network Local area network
64214000 Dedicated-business telephone network services Telephone and data transmission services
32546000 Digital switching equipment Switchboards
32342200 Earphones Loudspeakers
32552000 Electrical apparatus for line telephony or line telegraphy Telephone equipment
64212600 Enhanced Data for GSM Evolution (EDGE) services Mobile-telephone services
64212200 Enhanced Messaging Service (EMS) services Mobile-telephone services
32415000 Ethernet network Local area network
48516000 Exchange software package Communication software package
64212500 General Packet Radio Services (GPRS) services Mobile-telephone services
32252000 GSM telephones Mobile telephones
32252100 Hands-free mobile telephones GSM telephones
32342100 Headphones Loudspeakers
51300000 Installation services of communications equipment Installation services (except software)
51340000 Installation services of line telephony equipment Installation services of communications equipment
64227000 Integrated telecommunications services Telecommunication services except telephone and data transmission services
48512000 Interactive voice response software package Communication software package
64215000 IP telephone services Telephone and data transmission services
32416000 ISDN network Local area network
32416100 ISDX network ISDN network
32410000 Local area network Networks
32250000 Mobile telephones Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
64212000 Mobile-telephone services Telephone and data transmission services
48513000 Modem software package Communication software package
64212300 Multimedia Message Service (MMS) services Mobile-telephone services
32417000 Multimedia networks Local area network
32421000 Network cabling Network equipment
32422000 Network components Network equipment
32420000 Network equipment Networks
32423000 Network hubs Network equipment
32424000 Network infrastructure Network equipment
32427000 Network system Network equipment
32428000 Network upgrade Network equipment
32400000 Networks Radio, television, communication, telecommunication and related equipment
32544000 PABX equipment Switchboards
32545000 PABX systems Switchboards
64223000 Paging services Telecommunication services except telephone and data transmission services
32344100 Portable receivers for calling and paging Reception apparatus for radiotelephony or radiotelegraphy
32000000 Radio, television, communication, telecommunication and related equipment Technology and Equipment
48514000 Remote access software package Communication software package
64213000 Shared-business telephone network services Telephone and data transmission services
64212100 Short Message Service (SMS) services Mobile-telephone services
31712112 SIM cards Microelectronic machinery and apparatus and microsystems
32541000 Switchboard equipment Switchboards
32542000 Switchboard panels Switchboards
32540000 Switchboards Telecommunications equipment and supplies
64220000 Telecommunication services except telephone and data transmission services Telecommunications services
32521000 Telecommunications cable Telecommunications cable and equipment
32520000 Telecommunications cable and equipment Telecommunications equipment and supplies
32522000 Telecommunications equipment Telecommunications cable and equipment
32500000 Telecommunications equipment and supplies Radio, television, communication, telecommunication and related equipment
32523000 Telecommunications facilities Telecommunications cable and equipment
32412100 Telecommunications network Communications network
64200000 Telecommunications services Postal and telecommunications services
32524000 Telecommunications system Telecommunications cable and equipment
64224000 Teleconferencing services Telecommunication services except telephone and data transmission services
64210000 Telephone and data transmission services Telecommunications services
32551000 Telephone cables and associated equipment Telephone equipment
32550000 Telephone equipment Telecommunications equipment and supplies
32429000 Telephone network equipment Network equipment
79511000 Telephone operator services Telephone-answering services
64214200 Telephone switchboard services Dedicated-business telephone network services
32543000 Telephone switchboards Switchboards
32332200 Telephone-answering machines Magnetic tape recorders
79510000 Telephone-answering services Office-support services
64212700 Universal Mobile Telephone System (UMTS) services Mobile-telephone services
48314000 Voice recognition software package Document creation software package
32342450 Voice recorders Loudspeakers
32342440 Voice-mail system Loudspeakers
32430000 Wide area network Networks
72720000 Wide area network services Computer network services
32510000 Wireless telecommunications system Telecommunications equipment and supplies

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:
david.box@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.