Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Government
Victoria Quay
Edinburgh
EH6 6QQ
UK
Telephone: +44 1312443619
E-mail: michael.brydon@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/esop/pts-host/public/pts/web/login.html?VISITORID=6d5f9100-caea-40b2-810a-910158cb5df4&_ncp=1745415932357.53042-1
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/esop/pts-host/public/pts/web/login.html?VISITORID=6d5f9100-caea-40b2-810a-910158cb5df4&_ncp=1745415932357.53042-1
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
IPED - The Supply and Support of a Correspondence Management System
Reference number: 664929
II.1.2) Main CPV code
72512000
II.1.3) Type of contract
Services
II.1.4) Short description
The Scottish Government is seeking a suitably qualified and experienced service provider who will be responsible for the supply and support of a new Correspondence Management System. Both the Solution, and Services, which are to be provided by the Service Provider will form the core of a wider Correspondence Management capability, including updated operating models and business process improvements, to be implemented by the SG.
II.1.5) Estimated total value
Value excluding VAT:
2 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
48311000
48311100
72212311
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
The Scottish Government is seeking a suitably qualified and experienced service provider who will be responsible for the supply and support of a new Correspondence Management System. Both the Solution, and Services, which are to be provided by the Service Provider will form the core of a wider Correspondence Management capability, including updated operating models and business process improvements, to be implemented by the SG.
The purpose of this procurement is to provide a platform to manage the processing of the vast and varied correspondence submitted through various channels in a secure and managed software as a service solution.
The correspondence in scope for this solution that are received into Scottish Government via various channels that can be categorised as one of four key types -
-Ministerial Correspondence
-General Correspondence
-Freedom of Information (FOI) Requests
-Parliamentary Questions
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Initial contract period will be 24 months with the possible extension of a further 24 months.
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:
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 competition 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:
Financial Ratio
Minimum Insurance Levels
Minimum level(s) of standards required:
Financial Ration - Current Ratio is equal to or greater than 1.0 (Current Assist / Current Liabilities)
Insurances
Public Liability - 1 million GBP
Professional Indemnity - 1 million GBP
Employer’s liability - 5 million GBP
III.1.3) Technical and professional ability
List and brief description of selection criteria:
4C.4 - Supply Chain Management/Tracking Systems Used.
4C.7 - Environmental Management Measures.
4C.10 - Subcontractors
Minimum level(s) of standards required:
4C.4 - If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a)
their standard payment terms b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
4C.7 - Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to: - a completed copy of the Bidder ‘relevant contract’ Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions.
4C.10 - Please provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract.
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:
2024/S 000-037778
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/06/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
06/06/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29099. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:796999)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sherriff Court
Sheriff Court House, 27 Chamber Street
Edinburgh
EH1 1LB
UK
VI.5) Date of dispatch of this notice
29/04/2025