Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  The University of Edinburgh
  University of Edinburgh, Charles Stewart House, 9-16 Chambers St
  Edinburgh
  EH1 1HT
  UK
  
            Contact person: Hayley Bell
  
            E-mail: hayley.bell@ed.ac.uk
  
            NUTS: UKM75
  Internet address(es)
  
              Main address: https://www.ed.ac.uk
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107
 
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
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
EC1010 - ISG Development Framework
II.1.2) Main CPV code
  79620000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  The University of Edinburgh would like to invite proposals for the provision of ISG Development Resource.
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    79620000
    II.2.3) Place of performance
    NUTS code:
    UKM75
    II.2.4) Description of the procurement
    The University of Edinburgh would like to invite proposals for the provision of ISG Development Resource.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical Section
                    / Weighting: 70
    
                    Price
                    
                      / Weighting: 
                      30
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Start:
                01/11/2024
    
                End:
                31/10/2026
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Option to extend for a further 3 years on a year on year basis.
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              Yes
            
    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.1.2) Economic and financial standing
  List and brief description of selection criteria:
  1)  Please provide your average annual turnover for the last two financial years
  2)  Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance listed below:
  o	Employers Liability Insurance - 5,000,000 GBP
  o	Public Liability Insurance - 5,000,000 GBP
  o	Professional Risk Liability Insurance - 2,000,000 GBP
Minimum level(s) of standards required:
  1) Note: For contracts with an estimated annual value exceeding 100,000 GBP average turnover over the last 2 years should be at least two times the annual value of the contract.
  1a) Where a tenderer does not have the required annual turnover, the UoE may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
  2) Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the UoE may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability in the competition.
  III.1.3) Technical and professional ability
  List and brief description of selection criteria:
  Part 4D: Quality Assurance Schemes & Environmental Management
  Part 4C: Services
Minimum level(s) of standards required:
  1)  It is a mandatory requirement of this Contract that the Provider has a robust and relevant quality management system in place, such as BS EN ISO 9001 or equivalent. Please indicate your compliance with this mandatory requirement and provide a copy of your Quality Management Policy along with a statement on how this will apply to and enhance the contracted service.  PASS/FAIL
  2)  It is a mandatory requirement of this Contract that the Provider has a robust and relevant Environmental Policy. Please indicate your compliance with this mandatory requirement and provide a copy of your Organisations Environmental Policy along with a statement how this will apply to and enhance the contracted service.  PASS/FAIL
  3) As this is a single supplier framework, it is vital that the provider has access to and the ability to provide developer resource that will be able to perform the following roles: -
  -	Web developer
  -	Integration developer
  -	Mobile App developer
  -	Full stack engineer
  -	SharePoint developer
  -	Enterprise Architect
  Details of indicative skills for each role can be found in Appendix  1 – Technical Requirements. The skillset required will vary from role to role and will be specified at the time of requesting resource.
  Please confirm your ability to supply resource for each of these roles and provide relevant examples of services carried out during the last three years.  PASS/FAIL
 
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Open procedure
                        
  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:
  2023/S 000-032343
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              29/07/2024
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.2.7) Conditions for opening of tenders
  
              Date:
              29/07/2024
  
              Local time: 12:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.3) Additional information
Terms and Conditions of Contract must be submitted prior to award. It is for information only and will not be scored but it is a requirement of this tender.
Form of Tender must be submitted prior to award. It is for information only and will not be scored but it is a requirement of this tender.
Freedom of Information should only be submitted prior to award if applicable. It is for information only and will not be scored.
Sustain Supply Chain Code of Conduct must be submitted prior to award. It is for information only and will not be scored but is a requirement of this tender.
GDPR Contractor Assessment Form must be submitted prior to award. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms.
Contract Management Schedule must be submitted prior to award. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26976. 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:
Please see ITT for details.
(SC Ref:770597)
VI.4) Procedures for review
  VI.4.1) Review body
  
    Edinburgh Sheriff Court and Justice of the Peace Court
    Sheriff Court House, 27 Chambers Street
    Edinburgh
    EH1 1LB
    UK
    
            Telephone: +44 1312252525
    
            E-mail: edinburgh@scotcourts.gov.uk
   
 
VI.5) Date of dispatch of this notice
27/06/2024