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

Improvement Service Digital Public Services.

  • First published: 27 October 2017
  • Last modified: 27 October 2017

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:
Published by:
Improvement Service
Authority ID:
AA24583
Publication date:
27 October 2017
Deadline date:
15 December 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Please refer to the Procurement document: ‘IS Services Overview, Requirements and Desired Outcomes’.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Improvement Service

iHub, Quarrywood Court

Livingston

EH54 6AX

UK

Contact person: Maggie Arshad

Telephone: +44 1506282012

E-mail: maggie.arshad@improvementservice.org.uk

NUTS: UK

Internet address(es)

Main address: www.improvementservice.org.uk

Address of the buyer profile: http://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:

https://www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://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

Improvement Service Digital Public Services.

Reference number: IS Next Generation Services

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Digital Public Services: Technologies, solutions, services, support and innovation services.

II.1.5) Estimated total value

Value excluding VAT: 5 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Please refer to the Procurement document: ‘IS Services Overview, Requirements and Desired Outcomes’.

II.2) Description

Lot No: 1

II.2.1) Title

Managing Agent Solution, Hosting, Consultancy and Support Services Provider(s)

II.2.2) Additional CPV code(s)

72000000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Livingston.

II.2.4) Description of the procurement

Please refer to the Procurement document: ‘IS Services Overview, Requirements and Desired Outcomes’.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 3 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

We envisage awarding a Contract for an initial period of 24 months with the option to extend up to a further 36 months. This will be reviewed on an annual basis and extended for a period of 12 months (total maximum Contract Term of 60 months).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

Please refer to the Procurement document: ‘IS Services Overview, Requirements and Desired Outcomes’.

In addition, ESPC (Scotland) Part III: Exclusion grounds will be assessed on a Pass/Fail basis.

Also, as a mandatory minimum we require the hosting provider to be able to demonstrate that its security controls have been assured against a known standard (e.g. ISO 27001:2005) and that these standards cover the services in scope.

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

Lot No: 2

II.2.1) Title

SME Solutions, Development, Consultancy and Support Services

II.2.2) Additional CPV code(s)

48000000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Livingston.

II.2.4) Description of the procurement

Please refer to the Procurement document: ‘IS Services Overview, Requirements and Desired Outcomes’.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

We envisage awarding a Contract for an initial period of 24 months with an option to extend for a further 36 months, subject to annual review and extension of 12 months (maximum Contract Term of 60 months).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

Please refer to the Procurement document: ‘IS Services Overview, Requirements and Desired Outcomes’.

In addition, ESPC (Scotland) Part III: Exclusion grounds will be assessed on a Pass/Fail basis.

As a mandatory minimum we require the hosting provider to be able to demonstrate that its security controls have been assured against a known standard (e.g. ISO27001:2005) and that these standards cover the services in scope.

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

List and brief description of conditions:

III.1.1) of the notice is not applicable to this procurement exercise.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Please refer to these statements when completing section 4B of the ESPD (Scotland).

Statement for 4B.2.1

Bidders must provide evidence for the last 3 years of Turnover (Sales), Net Profit/ Loss, Total Assets, Total Liabilities, Current Assets, Liabilities falling due within 1 Year. Any other relevant information.


Minimum level(s) of standards required:

Mandatory requirement that Bidders must provide written confirmation they have Audited Accounts which have been prepared on a going concern basis. If they do not have Audited Accounts a statement from the directors stating that the business is financially solvent and likely to remain so.

It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below:

Employer's (Compulsory) Liability Insurance = 5 000 000 GBP.

Public Liability Insurance = 5 000 000 GBP.

Professional Indemnity Insurance = 1 000 000 GBP.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

4C.1.2: Bidders will be required to provide examples that demonstrate they have the relevant experience to deliver the services/supplies as described in the relevant section of the ‘IS Services Overview, Requirements and Outcomes’ procurement document.

4C.5 Bidders are required to respond to this question.

4C.9 Bidders should interpret ‘tools’ to include Software and should respond to this using the Technical Response template provided.

4C.10: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

No questions from Section D of Part IV of the ESPD (Scotland) (Quality assurance schemes and environmental management standards) will be used at this stage, however, Bidder's should note these may be required in the Dialogue phases. However, we do draw the Bidders attention to the Key Principles outlined in the ‘IS Services Overview, Requirements and Outcomes’ procurement document.


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Please refer to the Procurement document: ‘IS Services Overview, Requirements and Desired Outcomes’.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive dialogue

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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: 15/12/2017

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 31/01/2018

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: 31/01/2019

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

We have attempted to contain most of the information pertaining to this Procurement in the ‘IS Services Overview, Requirements and Desired Outcomes’ procurement document, including the assessment mechanism such as the criteria, weightings and scoring which is based on a Price/Quality Matrix.

In addition to responding to the ESPD, you are required to respond using the individual Technical and Commercial Response Templates. N.B. the only document that should contain any cost/pricing information is the Commercial Response Template.

The Price and Quality Scores will be combined and an overall weighting of 60 % for Quality and 40 % for Price will be applied. A Strengths, Weaknesses, Threats and Opportunities (SWOT) analysis will also be undertaken in order to further inform our selection of Bidders invited to the dialogue stage.

Terms of Reference will be provided for the Dialogue phase.

For clarity, the following numbered sections of the ESPD are not required to be completed by the Bidders: 4A.1, 4A.1.1, 4B.1.1-3, 4B.2.2, 4B.6, 4B.6.1, 4C.1, 4C.1.1, 4C.2, 4C.2.1, 4C.3, 4C.4, 4C.6, 4C6.1, 4C.7, 4C8.1-2, 4C.11, 4C.11.1-2, 4C.12, 4C.12.1-2, 4D.1, 4D.1.1-2, 4D.2, 4D.2.1 and 4D.2.2.

N.B: Bidders must note that the Public body expects to rely, not just on the deliverables the Bidder provides, but also on that of their expertise and that any solution proposed must meet the stated business objectives, not just any functional objectives or outputs listed.

Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=514703

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

We are seeking responses from large organisations and SME's, either of whom could propose to work with sub-contractors. We do not wish to be prescriptive regarding Community Benefits and are open to any Candidate proposals on this subject. We will not allocate specific award criteria or weighting however it may form part of a SWOT analysis in later stages of the Procurement.

(SC Ref: 514703).

Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=514703

VI.4) Procedures for review

VI.4.1) Review body

Improvement Service

iHub, Quarrywood Court

Livingston

EH54 6AX

UK

Telephone: +44 1506282012

Internet address(es)

URL: www.improvementservice.org.uk

VI.5) Date of dispatch of this notice

25/10/2017

Coding

Commodity categories

ID Title Parent category
72000000 IT services: consulting, software development, Internet and support Computer and Related 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:
maggie.arshad@improvementservice.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.