News

United Kingdom-Glasgow: Internet of Things

Type of document: Dynamic purchasing system
Country: United Kingdom
OJEU Ref: (2019/S 128-313539/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Regulation of procurement: EU тАУ with participation by GPA countries
Type of bid required: Global bid

Dynamic purchasing system
Services

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: United Kingdom
Contact Person: David Box
Telephone: +44 1412420345
Email: david.box@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 submitted:
electronically via:
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Internet of Things

Reference number: SP-18-033
II.1.2) Main CPV code: 72000000
II.1.3) Type of contract: Services
II.1.4) Short Description: The Authority is establishing a collaborative Dynamic Purchasing System (DPS) for Internet of Things (IoT).
The main purpose of IoT is to collect and exchange data to create value. IoT is a system of physical objects or things, embedded with sensors, software, electronics and connectivity to enable improvements in performance by exchanging information or data with other connected devices over the internet which can generate useful information. Public sector organisations can make use of this data directly or via analytics tools to allow timely decisions and actions to be taken. The Scottish public sector is at an early stage with IoT but with forecast growth during the period of this arrangement providing innovative solutions and efficiency benefits. Due to the increase in the cyber threat, security is an important aspect of this IoT arrangement.

II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
31712000, 30237475, 48000000, 32400000, 64226000, 48514000, 32510000, 31712112, 71700000, 32260000, 35125100, 64200000, 64227000, 71316000, 72212210, 72212200, 72212215, 72212219, 72315100, 72315200, 48200000, 72222300, 72315000

II.2.3) Place of performance
Nuts code: UKM
II.2.4) Description of the procurement:
Due to the wide and diverse nature of IoT, it isnтАЩt possible to list all the types of technologies and services envisaged but some examples (non-exhaustive list) include:
тАФ device management: software that enables manual and automated tasks to create, provision, configure, troubleshoot and manage fleets of IoT devices and gateways remotely, in bulk or individually, and securely,
тАФ integration: software, data, tools and technologies which will accomplish IoT related business functions within an organisation,
тАФ data management: including ingesting IoT endpoint and edge device data, storing data from edge to enterprise platforms and providing data accessibility, tracking lineage and flow of data and enforcing data and analytics governance policies,
тАФ analytics: including processing of data streams to provide insights into asset state by monitoring use, providing indicators, tracking patterns and optimising asset use,
тАФ subscription and connectivity management: including subscription lifecycle management, stand-alone (on-demand) connectivity, interoperability and connectivity performance management,
тАФ application enablement and management: including software that enables business applications in any deployment model to analyse data and accomplish IoT-related business functions,
тАФ security: including software, devices, tools and practices facilitated to audit and ensure compliance, as well as to establish and execute preventive, detective and corrective controls and actions to ensure privacy and the security of data across an IoT solution,
тАФ IoT related hardware, e.g. sensors, gateways, and on-premise infrastructure. etc.,
тАФ IoT enablement, advice and implementation services, etc.
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 and 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 dynamic purchasing system 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:

II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 20
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
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.1.2) Economic and financial standing
List and brief description of selection criteria: 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 and 2A.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.
It is a requirement of this arrangement that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below, Questions 4B.5.1a, 4B.5.1b and 4B.5.2 in the ESPD refer:
тАФ public liability insurance of minimum 1 000 000 GBP,
тАФ employers liability insurance of minimum 5 000 000 GBP,
тАФ professional indemnity insurance of minimum 1 000 000 GBP.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: Participants must have at least 12 months experience delivering these types of services and technologies. Tell us about your company, services you provide and your capability in delivering IoT technologies and services. Examples or case studies from both public and/or private sector may be provided to assist with the provision of this evidence. Please try and be as concise as possible preferably within 2 sides of A4 paper. Responses to be provided in Section 4C- (technical and professional ability) Part 4C.1.2 of the ESPD.
To gain entry to the DPS, it is mandatory that suppliers hold a suitable third party cyber security accreditation relevant to the delivery of services under this DPS, e.g., Cyber Essentials, Cyber Essentials Plus, ISO 27001:2013, IASME Gold etc or are able to provide evidence of equivalency as part of their application. Failure to confirm that a suitable third party accreditation (or to provide suitable evidence of equivalency) is held will result in suppliers not gaining entry to the DPS. The response to the Cyber Security question should be provided at Section 2.2 of the technical envelope within PCS-Tender. Scottish Government operate a Cyber Essentials Voucher Scheme which is available for Scottish SMEs to apply for, subject to funding still being available and the detailed criteria being met. Further details can be found at:

III.2.2) Contract performance conditions: Streamlined model terms for the IoT DPS have been developed and attached within PCS-T. These terms comprise standard and model conditions for the public sector and which may be used at call-off contract stage. For entry to the DPS, suppliers must agree to these terms in principle as part of their application. Failure to agree will result in suppliers not gaining entry to the DPS. Responses to this question to be provided at Section 2.1 of the PCS-T technical envelope. Suppliers should note the following:
This is not an opportunity for amended terms to be offered by suppliers at application for entry to the DPS.
The model terms shall be available to users as a template during the call-off contract stage but are not mandatory. As part of their call-off process, users can use whichever terms are most suitable for their requirement.
The Authority may update the model terms during the period of the DPS e.g. to reflect updates in general law, and will notify DPS suppliers as appropriate.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedure
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasersIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2018/S 199-451269
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2021-08-18 Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2021-08-18
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2021-08-18

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:June 2021.
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:
Please note there is a technical envelope within PCS-T regarding Fair Work, Cyber Security and Terms and Conditions. With regard to fair work, supplier responses are required for information purposes only and shall not form part of the selection criteria. The response to the fair work question should be provided at section 2.3 of the technical envelope.
The question on cyber security is further detailed at Section III.1.3) тАФ Technical and professional ability.
The question on terms and conditions is further detailed at Section III.2.2) тАФ Contract performance conditions.
Potential participants must complete the European Single Procurement Document (ESPD) and meet the minimum entry criteria to be established on the DPS. The DPS will provide supplier delivery and support for organisations seeking IoT technologies and services.
We envisage the value of call-off contracts to vary from thousands to potentially multi-million but more likely at lower levels, however, no form of volume guarantee has been provided by the Authority and the Authority shall not be bound to order any of the services referred to in the descriptions. The system for establishing and on-boarding suppliers to the DPS will operate fully electronically using the PCS-Tender system Project Code 13898.
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.
A key objective is to offer a straightforward, flexible and suitable route to market for Scottish public sector bodies. See Section II.2.4) for details of public sector organisations who can access the DPS. The DPS will be open to entrants throughout its life who meet the minimum criteria.
All participants awarded a place on the DPS will be invited to all contract opportunities. 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 need to achieve.
Participants should be aware that there is not a requirement to provide all services within the DPS.
The Authority will have the right to request evidence that entry criteria is still valid at any point during the life of the DPS with evidence to be provided via an updated ESPD to the Authority within 5 working days of request being issued.
There will be an ongoing requirement to provide management information on the call-off contracts awarded under the DPS.
Suppliers should note that a Cyber Security Assessment tool is currently being developed and once this has been finalised, buying organisations may include this as part of their invitation to tender process.
Suppliers should also note that buying organisations may incorporate a preferred bidder stage in their invitation to tender process to allow them to carry out appropriate due diligence on the preferred supplier.
The DPS aims to support a number of Scottish Government strategies, including ScotlandтАЩs Digital Future тАФ Delivery of Public Services:
The buyer is using PCS-Tender to conduct this PQQ exercise. The project code is 13898
For more information see:
A subcontract 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:
Community benefits requirements will be determined at each individual call-off contract.
(SC Ref:587430)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Scottish Government
Postal address: 5 Atlantic Quay
Town: Glasgow
Postal code: G2 8LU
Country: United Kingdom
Telephone: +44 1412420345
Internet address:
VI.5) Date of dispatch of this notice:2019-07-03

 

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