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

Climate Intelligence Service: Data Platform

  • First published: 19 November 2023
  • Last modified: 19 November 2023

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:
ocds-h6vhtk-041ab0
Published by:
Improvement Service
Authority ID:
AA24583
Publication date:
19 November 2023
Deadline date:
18 December 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This tender process is for participation in the Contract for a single data platform to support the design and delivery of effective programmes of area-wide emissions reduction across Scotland. The platform will provide the ability to aggregate, analyse and visualise data on emissions sources with the costs and benefits of actions for emissions reduction and mitigation of climate impact. It will enable presentation of data at local, regional and national levels to critical stakeholders to embed climate impact into future decision-making.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Improvement Service

WLC Civic Centre, Howden South Road

Livingston

EH54 6FF

UK

Telephone: +44 1506282012

E-mail: dean.scott@scotland-excel.org.uk

NUTS: UK

Internet address(es)

Main address: www.improvementservice.org.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10882

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:

www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Climate Intelligence Service: Data Platform

II.1.2) Main CPV code

48000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

This tender process is for participation in the Contract for a single data platform to support the design and delivery of effective programmes

of area-wide emissions reduction across Scotland. The platform will provide the ability to aggregate, analyse and visualise data on

emissions sources with the costs and benefits of actions for emissions reduction and mitigation of climate impact. It will enable

presentation of data at local, regional and national levels to critical stakeholders to embed climate impact into future decision-making.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

72222300

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

This tender process is for participation in the Contract for a single data platform to support the design and delivery of effective programmes of area-wide emissions reduction across Scotland. The platform will provide the ability to aggregate, analyse and visualise data on emissions sources with the costs and benefits of actions for emissions reduction and mitigation of climate impact. It will enable presentation of data at local, regional and national levels to critical stakeholders to embed climate impact into future decision-making.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Cost criterion: Cost / Weighting: 30

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:

The Contract will be for an initial 12-month period, with an option to extend it for up to a further 2x12-month periods subject to confirmation of funding.

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

List and brief description of conditions:

4C.2 – Technicians or Technical Bodies:

The solution/supplier should be certified with ISO 27001 or equivalent*

* We will accept suppliers who are part way through the ISO 27001 certification process and commit to being certified prior to the contract

going live.

This should also be extended to any sub-contractor who hosts or has admin access to the data.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

SPD (SCOTLAND) QUESTION - 4B.2.1 Specific Yearly Turnover

SPD (SCOTLAND) QUESTION - 4B.5 Insurance

SPD (SCOTLAND) QUESTION - 4B.6 Other Economic or Financial Requirements


Minimum level(s) of standards required:

Bidders will be required to have a minimum yearly turnover of a of 1,000,000.00 GBP for the last year.

Insurance Required:

- Professional indemnity - 1 million GBP

- Public liability - 10 million GBP

- Employer liability - 5 million GBP

Improvement Service will utilise Dun & Bradstreet (D&B) Failure Score of 30 or above. Tenderers (including all participants in a group) are required to have a Failure Score of 30 or above in order to demonstrate its financial strength and stability.

It is recommended that Tenderers review their own D&B Failure Score in advance of submitting a Tender Submission. Where the Tenderer does not have a D&B Failure Score, or where the Tenderer does not consider that the D&B Failure Score reflects their current financial status; the Tenderer may give an explanation within the Tender Submission, together with any relevant supporting alternative evidence which demonstrates its financial strength/stability.

Where the Tenderer is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they must provide their audited financial accounts for the previous 3 years as part of their SPD Submission in order that the Improvement Service may assess these to determine the suitability of the Tenderer to undertake a contract of this size.

Where a Tenderer does not meet the minimum financial requirements in its own right and wishes to rely on the financial standing of a parent company, Tenderers should provide a statement that they commit to obtaining a parent company guarantee in the form attached in the Standard Documents Parent Company Guarantee. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed and each must achieve a D&B failure score of 30 or above. Where a sub-contractor material to the performance of the Contract or where the Tenderer intends to sub-contract more than 25% of any contract value to a single sub-contractor, the Tenderer may be required to confirm that the sub-contractor(s) has a D&B failure score of 30 or above. The Improvement Service reserves the right to request one copy of all sub-contractor last 3 financial years' audited accounts and details of significant changes since the last financial year end.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Selection criteria as stated in the procurement documents.


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

Date: 18/12/2023

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: 5 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 18/12/2023

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 ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=750700.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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:

- Generating employment and training opportunities for priority groups;

- Vocational training;

- Training existing workforce;

- Equality and diversity initiatives;

- Working with schools, colleges, universities to offer work experience or educational/professional advice;

- Community engagement events or providing value to the local community;

- Minimising negative environmental impacts.

(SC Ref:750700)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=750700

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Court and Justice of Peace Court

Livingston

UK

VI.5) Date of dispatch of this notice

17/11/2023

Coding

Commodity categories

ID Title Parent category
72222300 Information technology services Information systems or technology strategic review and planning services
48000000 Software package and information systems Computer and Related Services

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:
dean.scott@scotland-excel.org.uk
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.