Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
UK
Contact person: Lisa Pittman
Telephone: +44 1412425628
E-mail: lisa.pittman@gov.scot
NUTS: UKM
Internet address(es)
Main address: https://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/esop/pts-host/public/pts/web/login.html
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
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
Mobile Voice and Data Services
Reference number: SP-22-005
II.1.2) Main CPV code
64212000
II.1.3) Type of contract
Services
II.1.4) Short description
Mobile Voice and Data Services
II.1.5) Estimated total value
Value excluding VAT:
30 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
31712112
32250000
32429000
64227000
32510000
32520000
64216110
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
The Scottish Ministers through the National Collaborative Procurement Division of the Scottish Government are seeking to establish a single supplier national framework agreement for the provision of Mobile Voice and Data Services and associated value-added services across all geographical areas of Scotland.
The framework agreement 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 Office for the Secretary of State for Scotland, the Scottish Parliamentary Corporate Body, councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994, bodies registered as social landlords under the Housing (Scotland) Act 2001, Student Loans Company Limited, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Scottish Futures Trust, 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 framework agreement 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 agencies of the Scottish Ministers, Scottish Non-Departmental Public Bodies and offices in the Scottish Administration which are not ministerial offices are listed at
http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies
Overview of the governance structure of public procurement for Scotland, including the Public Procurement Group.
https://www.gov.scot/publications/public-procurement-governance/
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40%
Price
/ Weighting:
60%
II.2.6) Estimated value
Value excluding VAT:
30 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There is an option to extend the framework for a further 12 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
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:
A form of financial assessment from each tenderer is required and the Authority will undertake an action using Dun & Bradstreet (D&B) to obtain a Financial Risk Score (D&B Failure Score) for the Tenderer and any consortia or reliance members.
If the D&B Failure Score is 51 or more you will receive a pass for this assessment.
If the D&B Failure Score is less than 51 or no D&B Failure Score is available we will contact the Tenderer and seek further information. We will then use this further information to assess the Tenderer’s level of financial risk. If this assessment identifies an unmanageable risk (i.e it is unacceptable) the Tenderer will fail this assessment.
In the event that the Tenderer does not meet the financial criteria above, they may still be considered via some form of other assurance e.g. Parent Company Guarantee providing parent has a D&B Failure Score of 51 or more) or a performance bond.
There must be no qualification or contra-indication from any evidence provided in support of the Tenderers economic and financial standing.
Details of the D&B ”A Guide to Dun & Bradstreet’s Predictive Indicators” – can be found using the http address below:
https://www.dnb.co.uk/about-us/our-analytics/predictors-scores-ratings/scores-ratings.html
*Note to Tenderers* - there is no action for Tenderers to undertake regarding company Financial Assessment. The Authority will undertake the action as detailed above.
Minimum level(s) of standards required:
It is a requirement that tenderers hold or can commit to obtain prior to the commencement of any subsequently awarded framework the types of insurance indicated below:
Public liability insurance in the sum of not less than 1,000,000 GBP per instance and unlimited in total, and;
Professional indemnity insurance in the sum of not less than 1,000,000 GBP per instance and unlimited in total,and;
Employer’s liability insurance in accordance with any legal obligation for the time being in force.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Tenderers must confirm they meet the selection Criteria as follows:
Cyber Security - There are minimum cyber security requirements for the framework agreement. Tenderers will be required to complete an online Supplier Assurance Questionnaire using the Cyber Security Procurement Support Tool. A link to CSPST can be found here:
https://cyberassessment.gov.scot/
The questionnaire will be aligned to a Cyber Risk Profile that has been established for the framework agreement, based on the Contracting Authority’s assessment of cyber risk.
Further details will be set out in the procurement documents.
Minimum level(s) of standards required:
For this framework agreement tenderers are required to hold ISO/IEC 27001:2013 or equivalent.
Environmental - Maintain standards of environmental protection including certification to ISO 14001/EMAS or equivalent standards relevant to the delivery of this framework agreement.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
15/12/2022
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:
15/12/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
March 2026
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
A previous notice relating to this procurement exercise can be located at https://www.find-tender.service.gov.uk/Notice/015098-2022?origin=SearchResults&p=1
The framework agreement is for a maximum period of 48 months and call-off contracts can be for up to 48 months duration.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21379. 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:
The Scottish Government is committed to contributing to the social economic and environmental wellbeing of the people of Scotland, in order to create a more successful country, with opportunities for all of Scotland to flourish through increasing sustainable economic growth. Accordingly, while the community benefit objectives will not be evaluated as part of the tender process, tenderers will be asked to respond to the community benefit question as part of their technical response.
The successful tenderer is expected to work with the Authority to achieve, through the Contractor's performance of the Framework Agreement and its call-off contracts, sustainable procurement goals deriving from the Procurement Reform (Scotland) Act 2014 (the Act), the Scottish Government's Procurement Strategy and, as relevant, the Procurement Strategies of other Public Bodies using the Framework.
The successful tenderer will be expected to work with the Authority and Framework public bodies to develop a social tariff structure for the benefit of Framework public bodies providing assistance to support wider social initiatives during the lifetime of the framework agreement.
(SC Ref:712054)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
27 Chambers Street
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
11/11/2022