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

Software Value Added Reseller Services

  • First published: 22 September 2022
  • Last modified: 22 September 2022

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-02d28a
Published by:
Scottish Government
Authority ID:
AA26920
Publication date:
22 September 2022
Deadline date:
25 October 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The framework agreement is for Software Value Added Reseller Services.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

UK

Contact person: Tom Waring

Telephone: +44 1312445485

E-mail: ICTServicesAndSoftwareTeam@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


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

Software Value Added Reseller Services

Reference number: SP-21-034

II.1.2) Main CPV code

48000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Scottish Ministers through the Collaborative Procurement Division of the Scottish Government are seeking to establish a single supplier framework for Software Value Added Reseller Services for the Scottish Public Sector and Third Sector organisations. The duration of the framework agreement will be for two years with options to extend for two further twelve month periods.

Please refer to section VI.3)Additional Information for eligible public bodies.

II.1.5) Estimated total value

Value excluding VAT: 200 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

72253000

72260000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Scotland

II.2.4) Description of the procurement

The framework agreement is for Software Value Added Reseller Services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30%

Price / Weighting:  70%

II.2.6) Estimated value

Value excluding VAT: 200 000 000.00  GBP

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

Start: 01/02/2023

End: 31/01/2025

This contract is subject to renewal: Yes

Description of renewals:

Two one year extension options

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

Minimum level(s) of standards required:

The Authority will undertake a Company Financial Assessment for each Tenderer using Dun & Bradstreet (D&B) Failure Risk Score for the Tenderer and any consortia or reliance members. 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

There must be no qualification or contra-indication from any evidence provided in support of the Tenderers economic and financial standing. The Authority has the right to request copies of financial accounts and insurance certificates which are not held electronically.

If the D&B Failure Risk Score is 50 or more you will receive a pass for this assessment. If the D&B Failure Risk Score is less than 50 or no D&B Risk Failure score is available the Authority will contact the Tenderer and seek further information.

The Authority will then use this further information to assess the Tenderer’s level of failure risk. In the event that the Tenderer does not meet the financial criteria above and/or the level of failure risk after assessment of further information is considered to be too high, they may still be considered via some form of other assurance e.g. Parent Company Guarantee (providing parent has a failure risk score of 50 or more) or a performance bond. If this assessment identifies an unmanageable risk (i.e. it is unacceptable) the Tenderer will fail this assessment.

SPD Statements 4B.5.1b and 4B.5.2: It is a requirement that tenderers hold or can commit to obtain prior to the commencement of any subsequently awarded contract the types of insurance indicated below:

Public Liability Insurance in the sum of not less than 1,000,000 GBP, or such greater/other sum as may be agreed with the Framework Public Body; and;

Professional Indemnity Insurance in the sum of not less than 1,000,000 GBP, or such greater/other sum as may be agreed with the Framework Public Body; and;

Employer’s Liability Insurance in the sum of not less than 5,000,000 GBP or in accordance with any legal obligation for the time being in force.

III.1.3) Technical and professional ability

Minimum level(s) of standards required:

SPD Statement 4D.1: Tenderers will be required, by the framework commencement date, to have an effective Quality Management System in place; this may be demonstrated by accreditation to an applicable standard such as ISO 9001, or equivalent, or by submitting a copy of their own Quality Management System.

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-019227

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

Date: 25/10/2022

Local time: 17:00

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

IV.2.7) Conditions for opening of tenders

Date: 25/10/2022

Local time: 17:00

Information about authorised persons and opening procedure:

Public Contracts Scotland Tender (PCS-T)

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

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, Scottish health boards or special health boards, 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/

In addition to the previous publication concerning this procedure referenced above (Notice Number 2021/S 000-019227) another previous publication was issued (Notice Number 2022/S 000-009044).

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21932. 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:

Social considerations will be taken into account in this procurement. See procurement documents.

The successful Contractor 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.

In terms of the Act, Community Benefits include benefits in the form of: training and recruitment opportunities; the availability of sub-contracting opportunities and other benefits that improve the economic, social or environmental wellbeing within a public body's area whilst a contract is being performed.

(SC Ref:701642)

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

VI.5) Date of dispatch of this notice

21/09/2022

Coding

Commodity categories

ID Title Parent category
72253000 Helpdesk and support services System and support services
48000000 Software package and information systems Computer and Related Services
72260000 Software-related services Software programming and consultancy 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:
ICTServicesAndSoftwareTeam@gov.scot
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.