News

Dynamic Purchasing System for Digital Services

Type of document: Contract Notice
Country: United Kingdom

Section I: Contracting authority
I.1) Name and addresses
Official name: Scottish Government
Postal address: 5 Atlantic Quay, 150 Broomielaw
Town: Glasgow
Postal code: G2 8LU
Country:
Telephone: +44 1412420111
Email: margaretann.mckeown@gov.scot
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submit
electronically via:
I.4) Type of the contracting authority

I.5) Main activity

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Dynamic Purchasing System for Digital Services

Reference number: SP-17-026
II.1.2) Main CPV code: 72000000
II.1.3) Type of contract:
II.1.4) Short Description: The Authority is establishing a collaborative Dynamic Purchasing System (DPS) for Digital Services split into a number of categories (lots) for the provision of Digital Projects, Digital Resources and Cyber Security Services.
Technology is transforming the way public services are being delivered and there has been significant growth in the demand for digital services as identified in the Scottish GovernmentтАЩs Digital Strategy. There is also a desire by organisations to have access to a wider range of digital technology suppliers to, support agile working, mitigate the skills gap and further develop their cyber security processes.
The DPS aims to support a number of Scottish Government strategies and in particular:
Realising ScotlandтАЩs full potential in a digital world: A Digital Strategy for Scotland тАУ
Safe, Secure and Prosperous: A Cyber Resilience Strategy for Scotland тАУ
II.1.5) Estimated total value:
Value excluding VAT: 20000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Digital Projects

Lot No:1
II.2.2) Additional CPV code(s)
72224000, 72230000, 72232000, 72260000, 72211000, 72212000, 72243000, 72221000, 72300000, 72400000, 72500000, 72590000, 72600000, 72800000, 48200000, 48800000, 48900000, 48730000, 48731000, 48732000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
A key objective of this DPS is to offer a straightforward, flexible and suitable route to market for all Scottish public sector organisations with a requirement for digital services across three lots:
тАУ Digital Projects
тАУ Digital Resources
тАУ Cyber Security Services
Potential participants have to complete the ESPD (European Single Procurement Document) and meet the minimum entry criteria to participate on the DPS.
For details of public sector organisations who can access the DPS please see section (VI.3 Additional Information)
This Digital Projects Lot will provide 3rd party supplier delivery and support for digital technology services for organisations.
Typically these digital projects will have known outcomes, objectives; deliverables; milestones and identified methodologies (e.g. agile is becoming more common).
Digital technology projects can be delivered in grouped or isolated phases including an end to end transformation of digital services from strategy/business need development right through to retire/exit or for ad-hoc requirements as part of a wider programme or project. These digital technology projects often need expertise to assist organisations to help develop and deliver specific pieces of work on a service, programme or project. Whilst not all digital projects use agile there is a growing use of the phases; Discovery, Alpha, Beta and Live.
Due to the wide and diverse nature of Digital Projects, it isnтАЩt possible to list all the types envisaged тАУ but some examples (non-exhaustive list) are; digital transformation projects, digital/on-line services, software and infrastructure engineering, user research, content design, service design, user experience, testing and auditing, training, service delivery/support, enablement services and data analytics/services and Data science projects.
Participants must have at least 12 months experience delivering the types of services within this Lot. Tell us about your company, services you provide and least 2 relevant case study examples from the last 3 years. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 2 sides of A4 paper.
Responses to be provided in section C- (Technical and professional ability) part 4C.1.2 of the ESPD Document.
It would be beneficial if you could provide, for information only, any professional qualifications/accreditations (if appropriate) you have e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL.
Responses on experience and professional qualifications can be provided in part 4C.6 of the ESPD.
No form of volume guarantee has been granted by the Authority. The Authority shall not be bound to order any of the services referred to in the lot descriptions.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting/Weighting:40-80%
Price тАУ Weighting:20-60%
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:12 months with an option to extend for an additional 12 month period.

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 accep 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
II.2.14) Additional information: Economic operators may be excluded from this DPS if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2.1) Title: Digital Resources

Lot No:2
II.2.2) Additional CPV code(s)
72000000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
For details of public sector organisations who can access the DPS please see section (VI.3 Additional Information)
The Digital Resources Lot will provide resource skills and expertise in support of digital technology services. Resources will typically assist with the delivery of digital technology requirements and will be commissioned to deliver specific objectives and tasks.
The nature of digital resources typically required is diverse and some examples (non-exhaustive list) are; digital specialists, project & programme managers, agile coach, user researcher, digital service design, business analysts, system designer, solutions architect, data architect, data modeller, product manager, systems developer, quality assurance analyst, web operations engineer, senior software engineer, infrastructure engineers, test engineers data and analytics specialists and data scientists.
Participants must have at least 12 months experience delivering the types of services within this Lot. Tell us about your company, services you provide and least 2 relevant case study examples from the last 3 years. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 2 sides of A4 paper.
Responses to be provided in section C- (Technical and professional ability) part 4C.1.2 of the ESPD Document.
It would be beneficial if you could provide, for information only, any professional qualifications/accreditations (if appropriate) your resources have e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2, and ITIL.
Responses on experience and professional qualifications can be provided in part 4C.6 of the ESPD.
No form of volume guarantee has been granted by the Authority. The Authority shall not be bound to order any of the services referred to in the lot descriptions.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting/Weighting:40-80%
Price тАУ Weighting:20-60%
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:12 months with an option to extend for an additional 12 month period.

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 accep 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
II.2.14) Additional information: Economic operators may be excluded from this DPS if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2.1) Title: Cyber Security Services

Lot No:3
II.2.2) Additional CPV code(s)
72000000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
For details of public sector organisations who can access the DPS please see section (VI.3 Additional Information)
Cyber Security Services Lot will provide cyber security services and resources that will aim to support cyber resilience for organisations.
The nature of services and resources typically required is diverse and some examples (non-exhaustive list) are; Cyber Security Specialists, Cyber Security services such as:- Penetration Testing, Cyber Security training and Assessment, Security Architecture Services, Risk Assessment and Management Services, Audit Review & Compliance, Incident Management & Response, Security Testing and Digital Forensics.
The scope of this Lot will focus on the supply of services and resources assisting the delivery of cyber resilience. Cyber resilience services and resources will also likely involve: providing expert advice; recommendations; training; or systems testing and assessment.
Participants must have at least 12 months experience delivering the types of services within this Lot. Tell us about your company, services you provide and least 2 relevant case study examples from the last 3 years. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 2 sides of A4 paper.
Responses to be provided in section C- (Technical and professional ability) part 4C.1.2 of the ESPD Document.
It would be beneficial if you could provide, for information only, any professional qualifications/accreditations (if appropriate) your resources have e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2, ITIL, National Cyber Security Centre (NCSC) тАУ Certified Cyber Security Consultancy scheme.
Responses on experience and professional qualifications can be provided in part 4C.6 of the ESPD.
No form of volume guarantee has been granted by the Authority. The Authority shall not be bound to order any of the services referred to in the lot descriptions.
The DPS will be open to entrants throughout its life who meet the minimum criteria.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Technical/Weighting/Weighting:40-80%
Price тАУ Weighting:20-60%
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewalyes Description of renewals:12 months with an option to extend for an additional 12 month period

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 accep 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
II.2.14) Additional information: Economic operators may be excluded from this DPS if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

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:List and brief description of conditions:
Potential participants from the UK will be required to provide their tax reference numbers: i.e. Value Added Tax registration number, PAYE collection reference and Corporation Tax or Self-Assessment reference, as applicable. Please enter this number in section 2A question 2A.2 & 3 of the ESPD.
Overseas and non-UK Potential Participants will be required to submit a certificate of tax compliance obtained from the country in which they are a resident for tax purposes.
The Authority will have the right to request evidence that entry criteria is still valid at any point during the life of the Dynamic Purchasing System with evidence to be provided via an updated ESPD to the Authority within 5 working days of request being issued.
It is a requirement of this DPS that suppliers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance as a minimum indicated below;
Public Liability insurance of Minimum GBP 1M
Employers Liability insurance of Minimum GBP 5M
Professional Indemnity insurance of Minimum GBP 1M
The Dynamic Purchasing System 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 Scotland Office, the Scottish Parliamentary Corporate Body, councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994, Scottish Fire & Rescue Service, the Scottish Police Authority, Scottish health boards or special health boards, all NHS Scotland, The Integrated Joint Boards established further to the Public Bodies (Joint Working) Act 2014, bodies registered as social landlords under the Housing (Scotland) Act 2001, Student Loans Company Limited, the Forestry Commission, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, 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 Scottish Public Bodies is available at:

Information about the Review of Public Procurement in Scotland and links to the other Centres of Expertise are available at:

III.1.3) Technical and professional ability:
List and brief description of selection criteria: Criteria for each Lot (Category) is presented in the description area for each individual Lot (Category)

III.2.2) Contract performance conditions: There will be a requirement to provide information on call off contracts awarded through the DPS.

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:
Restricted procedure
The procurement involves the setting up of a dynamic purchasing systemIV.1.8) Information about the 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: 2019-10-28 Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2019-10-28
IV.2.4) Languages in which tenders or requests to participate may be submitEN

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:.
IV.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 is our first collaborative DPS for Digital Services and we will review with stakeholders and suppliers during the first 12 months with an aim for continuous improvement.
**Please note there is a Technical Envelope within PCS-T regarding both Fair Work and Cyber Security. Your responses are required for information purposes only and are not part of the selection criteria. Applications will not be accepted via the PCS-T system unless you complete this Envelope.
The estimated total value range is 10,000,000 тАУ 20,000,000 GBP (excluding VAT) with call-off contracts likely to be in much smaller values. The system for establishing and on-boarding suppliers to the DPS will operate fully electronically using the PCS-Tender system Project_Code 9075.
Organisations who use the DPS for call-offs will issue them electronically. Many organisations use PCS-Tender, however for those organisations who do not use PCS-Tender, alternative electronic routes may also be used and are acceptable.
All participants awarded a place on a Lot on the DPS will be invited to all contract opportunities within the lot. Award criteria will be based on best price-quality ratio (see sect II.2.5 of this OJEU for ranges) which will be formulated more precisely at call-off and may incorporate mandatory minimum requirements bidders have to achieve.
Participants should be aware there is not a requirement to bid for all lots or provide all services under each lot.
Digital First Service Standard тАУ
ScotlandтАЩs Digital Future: High Level Operating Framework тАУ
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 9075. For more information see:
A sub-contract clause has been included in this contract. For more information see:
Community benefits are included in this requirement. For more information see:
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 well-being 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.
Specific community benefit clauses will be applied at call off by Scottish public sector bodies.
(SC Ref:516657)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Scottish Government
Postal address: Victoria Quay, Leith
Town: Edinburgh
Postal code: EH6 6QQ
Country:
Telephone: +44 1312447556
Internet address:
VI.5) Date of dispatch of this notice:2017-10-26

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy