Notice Information
Notice Title
Portfolio Management Toolkit
Notice Description
Provision of portfolio management toolkit solution.
Lot Information
Lot 1
To support the Serving a Changing Scotland Strategy and the delivery of a Professional Change Function, it has been identified that a Portfolio Management software solution would benefit the organisation. A software solution would allow us to embed a more consistent approach, reduce the manual activity required to create reports, increase efficiency and provide more transparency across the portfolios.
Renewal: 2 options to extend for a period of 12 months each.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02942c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/023179-2021
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
-
- CPV Codes
48000000 - Software package and information systems
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £493,594 £100K-£500K
Notice Dates
- Publication Date
- 17 Sep 20214 years ago
- Submission Deadline
- 24 Mar 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 30 Aug 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH POLICE AUTHORITY
- Contact Name
- Not specified
- Contact Email
- rhona.wilson@scotland.pnn.police.uk
- Contact Phone
- +44 1786289070
Buyer Location
- Locality
- GLASGOW
- Postcode
- G51 1DZ
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM Scotland
-
- Local Authority
- Glasgow City
- Electoral Ward
- Govan
- Westminster Constituency
- Glasgow South West
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02942c-2021-09-17T12:24:02+01:00",
"date": "2021-09-17T12:24:02+01:00",
"ocid": "ocds-h6vhtk-02942c",
"initiationType": "tender",
"tender": {
"id": "PROC-21-0877",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Portfolio Management Toolkit",
"classification": {
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
"mainProcurementCategory": "goods",
"description": "Provision of portfolio management toolkit solution.",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2021-03-24T12:00:00Z"
},
"newValue": {
"date": "2021-03-26T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2021-03-24T12:00:00Z"
},
"newValue": {
"date": "2021-03-26T12:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
],
"description": "To allow suppliers sufficient time to review clarification responses."
}
],
"status": "complete",
"lots": [
{
"id": "1",
"description": "To support the Serving a Changing Scotland Strategy and the delivery of a Professional Change Function, it has been identified that a Portfolio Management software solution would benefit the organisation. A software solution would allow us to embed a more consistent approach, reduce the manual activity required to create reports, increase efficiency and provide more transparency across the portfolios.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "2 options to extend for a period of 12 months each."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "SPD Question 4A.1 Trade Registers It is a requirement of this tender that if the Tenderer is UK based they must hold a valid registration with Companies House. Where the Tenderer is UK based but not registered at Companies House they must be able to verify to the SPA's satisfaction that they are trading from the address provided in the tender and under the company name given. Tenderers within the UK must confirm if they are registered under Companies House within this question. If the Tenderer is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015. . SPD Question 4A.2 Authorisation/Membership Where it is required, within a Tenderer's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "It is a requirement of this Contract that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded Contract, indicated below: SPD Question 4B5 Insurances Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies. Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate. Motor Vehicle Insurance = Minimum Third Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used. Professional Indemnity Insurance = 2 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate. Cyber Insurance = 1 million GBP in the aggregate. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate. Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies. . SPD Question 4B6 Financial Standing: The Authority will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Tenderer's economic and financial standing. Tenders are asked to provide their company number within the SPD to allow the Authority to access a Credit Safe Report. Within such reports, the risk of business failure is expressed as a score of 30 or below (high risk of business failure). In the event that a company is determined to have a risk failure rating of 30 and below i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further. If you are successful in the award of this contract and your risk failure rating falls below 30 then the SPA reserve the right to remove you from this contract. It is the Contractor's responsibility to ensure that the information held by Credit Safe is accurate and up to date. For the avoidance of doubt, the SPA will request a report from Credit Safe following the closing date for the receipt of the Tenders to ensure that the most up to date information is used. Where you are not registered on credit safe e.g. charitable organisations or new start companies/ Sole Traders with less than 3 years trading history, discretionary powers are available to the Director of Finance to consider abbreviated accounts along with bankers references etc. Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in rejection of your submission. IMPORTANT NOTE: This requirement is not applicable to Sole Traders/ Charities. Sole Traders/ Charities may be required to provide a bankers reference if successful.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements stated within the tender documents. The below requirements will be requested during the tender process: . SPD Question 4C.1.2 Technical and Professional Ability With reference to the nature and details of the supplies/services that are the subject matter of this tender, relevant examples are to be provided of the supplies/services undertaken by the Tenderer in the last 3 years. It is a requirement of this tender the Tenderer must have supplied its Portfolio Management platform to other customers and the contracts must have been a similar scale and nature to Police Scotland's requirement. Please provide a minimum of 2 and a maximum of 3 examples. Please provide relevant examples of supplies carried out during the last three years as specified in the Contract Notice. (Examples from both public and/or private sector customers and clients may be provided).",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "During the period of the Contract Agreement, the Contractor shall monitor and measure their performance against the Key Performance Indicators (KPIs) detailed in the tender documents.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-03-24T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2021-03-24T12:00:00Z"
},
"bidOpening": {
"date": "2021-03-24T12:00:00Z"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-2697",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "1 Pacific Quay, 2nd Floor",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G51 1DZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1786289070",
"email": "rhona.wilson@scotland.pnn.police.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.spa.police.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "03",
"description": "Public order and safety"
}
]
}
},
{
"id": "GB-FTS-6040",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"streetAddress": "Carlton Place",
"locality": "Glasgow",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-28616",
"name": "Polarisoft Limited",
"identifier": {
"legalName": "Polarisoft Limited"
},
"address": {
"streetAddress": "Harmsworth House, 13-15 Bouverie Street",
"locality": "London",
"region": "UKI",
"postalCode": "EC4Y 8DP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2079363606"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-2697",
"name": "Scottish Police Authority"
},
"language": "en",
"description": "(SC Ref:665849)",
"awards": [
{
"id": "023179-2021-PROC-21-0877-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-28616",
"name": "Polarisoft Limited"
}
]
}
],
"contracts": [
{
"id": "023179-2021-PROC-21-0877-1",
"awardID": "023179-2021-PROC-21-0877-1",
"status": "active",
"value": {
"amount": 493594,
"currency": "GBP"
},
"dateSigned": "2021-08-31T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 6
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 3
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 6
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 6
}
]
}
}