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 7919014604
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 is further extending its Telephony Services Dynamic Purchasing System (DPS) for a further 3 months until 31 March 2022. This short extension is to cover in-flight procurements whilst the replacement DPS is being established. The DPS will remain open for new suppliers to apply to join. However, existing suppliers that are currently on the DPS do not need to re-apply and will remain on the DPS. Full details of the requirement can be found on the previous Contract Notice which was issued on 29 June 2018, details as follows:
OJEU Number: 2019/S 221-542232
Reference Number/Notice ID: JUN323642
OCID: ocds-r6ebe6-0000547002
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
Full details of the requirements for Lot 1 can be found on the previous Contract Notice which was issued on 29 June 2018, details as follows:
OJEU Number: 2019/S 221-542232
Reference Number/Notice ID: JUN323642
OCID: ocds-r6ebe6-0000547002
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: 45
This contract is subject to renewal: No
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
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
Full details of the requirements for Lot 2 can be found on the previous Contract Notice which was issued on 29 June 2018, details as follows:
OJEU Number: 2019/S 221-542232
Reference Number/Notice ID: JUN323642
OCID: ocds-r6ebe6-0000547002
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: 45
This contract is subject to renewal: No
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
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
Full details of the requirements for Lot 3 can be found on the previous Contract Notice which was issued on 29 June 2018, details as follows:
OJEU Number: 2019/S 221-542232
Reference Number/Notice ID: JUN323642
OCID: ocds-r6ebe6-0000547002
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: 45
This contract is subject to renewal: No
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
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:
2019/S 221-542232
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/03/2022
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
31/03/2022
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
Tender must be valid until:
31/03/2022
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
December 2021
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 extends the Telephony Services Dynamic Purchasing System (DPS) for a further 3 months from 21 December 2021 to 31 March 2022. This short extension is to cover in-flight procurements whilst the replacement DPS is being established.
The DPS will remain open for new suppliers to apply to join. However, existing suppliers that are currently on the DPS do not need to re-apply and will remain on the DPS. Full details of the requirement can be found on the previous Contract Notice which was issued on 29 June 2018, details as follows:
OJEU Number: 2019/S 221-542232
Reference Number/Notice ID: JUN323642
OCID: ocds-r6ebe6-0000547002
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: 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:673023)
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
24/11/2021