Notice Information
Notice Title
NP604922 Strategic Asset Management System
Notice Description
The requirement for this new Framework and Main Call-Off Contract is driven by the need to change from the existing Estates Asset Management System (EAMS) and Capital Planning System (CPS) to a proposed new Strategic Asset Management System (SAMS). SAMS will combine the functionality of both EAMS and CPS with additional functionality and future-proofing and would have many more technical capabilities than the existing EAMS and CPS are able to deliver and would ensure it can fulfill the reporting and functionality requirements as set out in the Business Case. Implementing SAMS will ensure that the provision of an asset management system meets the current and future requirements associated with the management of the NHSScotland estate through planning and managing NHS property.
Lot Information
Lot 1
As part of developing the procurement strategy at the beginning of this process, the decision was taken to adopt a Restricted Process. Approval is sought for the standstill and award of Framework and Main Call-Off Contract to Micad Systems (UK) Ltd. An ITT for the requirement was published via a Restricted process to 6 suppliers following the scoring and evaluation of 21 suppliers who submitted a bid via the SPD process. The ITT was released to the market via the Public Contracts Scotland-tender (PCS-t) portal in May 2022 and 2 bids were received. This followed the withdrawal of 4 companies that considered that they did not have the capacity to provide bids. An evaluation process followed, whereby written tender response, presentation and question and answer sessions were all evaluated. One bidder was deemed not to meet our stated mandatory requirements, so were withdrawn from the tender process, leaving a single bidder.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02aaf7
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/017178-2023
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
Notice Value(s)
- Tender Value
- £1,200,000 £1M-£10M
- Lots Value
- £1,200,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £3,821,110 £1M-£10M
Notice Dates
- Publication Date
- 16 Jun 20232 years ago
- Submission Deadline
- 1 Oct 2021Expired
- Future Notice Date
- 5 Sep 2021Expired
- Award Date
- 31 May 20232 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
- THE COMMON SERVICES AGENCY (MORE COMMONLY KNOWN AS NHS NATIONAL SERVICES SCOTLAND) ("NSS")
- Contact Name
- Ope Ore
- Contact Email
- ope.ore@nhs.scot
- Contact Phone
- +44 1698794410
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH12 9EB
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM Scotland, TLN Northern Ireland
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- Drum Brae/Gyle
- Westminster Constituency
- Edinburgh South West
Further Information
Notice URLs
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-02aaf7-2023-06-16T12:13:21+01:00",
"date": "2023-06-16T12:13:21+01:00",
"ocid": "ocds-h6vhtk-02aaf7",
"description": "(SC Ref:735770)",
"initiationType": "tender",
"tender": {
"id": "NP604922",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "NP604922 Strategic Asset Management System",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "The requirement for this new Framework and Main Call-Off Contract is driven by the need to change from the existing Estates Asset Management System (EAMS) and Capital Planning System (CPS) to a proposed new Strategic Asset Management System (SAMS). SAMS will combine the functionality of both EAMS and CPS with additional functionality and future-proofing and would have many more technical capabilities than the existing EAMS and CPS are able to deliver and would ensure it can fulfill the reporting and functionality requirements as set out in the Business Case. Implementing SAMS will ensure that the provision of an asset management system meets the current and future requirements associated with the management of the NHSScotland estate through planning and managing NHS property.",
"value": {
"amount": 1200000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "As part of developing the procurement strategy at the beginning of this process, the decision was taken to adopt a Restricted Process. Approval is sought for the standstill and award of Framework and Main Call-Off Contract to Micad Systems (UK) Ltd. An ITT for the requirement was published via a Restricted process to 6 suppliers following the scoring and evaluation of 21 suppliers who submitted a bid via the SPD process. The ITT was released to the market via the Public Contracts Scotland-tender (PCS-t) portal in May 2022 and 2 bids were received. This followed the withdrawal of 4 companies that considered that they did not have the capacity to provide bids. An evaluation process followed, whereby written tender response, presentation and question and answer sessions were all evaluated. One bidder was deemed not to meet our stated mandatory requirements, so were withdrawn from the tender process, leaving a single bidder.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"value": {
"amount": 1200000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "This Procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made via the PCS-T messaging system. Section III.1.2 of the Contract Notice and Section 4B of the SPD (Scotland) will be scored on a pass/fail basis. Section III.1.3 of the Contract Notice and Section 4C of the SPD (Scotland) will be scored in the following way: 0 - Unacceptable as determined by: no response or no information provided in response to the question where there is a requirement to provide a response or information; and/or a response which demonstrates a significant misunderstanding of the question; and/or a response which demonstrates no relevant experience in terms of scale, complexity, scope and match to proposed service characteristics; and/or a response which does not demonstrate capacity and capability (in terms of resources and appropriately qualified and experienced personnel). 1 - Weak as determined by: a response which provides minimum information in response to the question; and/or a response which demonstrates minimum relevant experience in terms of scale, complexity, scope and match to proposed service characteristics; and/or a response which fails to satisfactorily answer the question; and/or a response which demonstrates limited capacity and capability (in terms of resources and appropriately qualified and experienced personnel) to deliver requirement. 3 - Fair as determined by: a response which provides the majority but not all of the information requested; and/or reasonable evidence of relevant experience in terms of scale, complexity, scope and match to proposed service characteristics indicated in the response; and/or a response which demonstrates reasonable capacity and capability (in terms of resources and appropriately qualified and experience personnel). 5 - Good as determined by: a response which meets all aspects of the question and provides all information requested; and/or a response which is comprehensive, unambiguous and demonstrates adequate and complete evidence of experience in terms of scale, complexity, scope and match to proposed service characteristics and adequate capacity and capability. - The responses to the questions of Section 4C of the SPD (Scotland) will be weighted the following way: 4C.1.2: 50%, 4C.2: 25%, 4C.6 and 4.6.1 (combined): 20%, 4C.7: 5%. - We will take the five highest scoring bidders through and they will be invited to submit a tender."
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
},
{
"region": "UKN"
},
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "Scotland"
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2021-09-06T00:00:00+01:00",
"atypicalToolUrl": "http://www.publiccontractsscotland.gov.uk/Default.aspx"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "N/A",
"appliesTo": [
"supplier"
]
},
{
"minimum": "ESPD Q.4B.1.1: Bidders are required to provide statement of accounts or extracts relating to their business for the previous 3 years. Where any are risks identified by the Authority as part of the due diligence carried out on the above information the Authority may require bidders to provide additional information to demonstrate financial standing. Additional information can include but not be limited to: - parent company accounts (if applicable) - deeds of guarantee - bankers statements and references - accountants' references - management accounts - financial projections, including cash flow forecasts - details and evidence of previous contracts, including contract values - capital availability. Bidders who cannot provide suitable evidence of a secure financial standing may be excluded from the procurement. Q.4B.5.1 and Q.4B.5.2: It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employers liability insurance: 5 000 000 GBP; Public liability insurance: 1 000 000 GBP; Professional indemnity insurance: 1 000 000 GBP."
},
{
"type": "technical",
"description": "4C.1.2 Please provide details of three relevant examples of services carried out during the last three years. Weighting of 50% as per scoring model in section II.2.9. 4.C.2 Bidders will be required to confirm details of the technicians or technical bodies such as ISO or equivalent who they can call upon, especially those responsible for quality control. Please provide examples such as the following: - Cyber Essentials - ISO 9001 - Quality Management Systems - ISO 19650 - Building Information Modelling (BIM) - ISO 19510 - Object Management Group Business Process Model and Notation - ISO 27001 - Information Security Management - ISO 27017 - Code of practice for information security controls - ISO 27018 - Code of practice for protection of personally identifiable information (PII) in public clouds acting as PII processors - ISO 55001 - Asset Management - UK Government 14 Cloud Security Principles Please state the relevance of any such educational and professional qualifications. Weighting of 25% as per scoring model in section II.2.9. 4C.6: Bidders will be required to confirm that they and/or the service provider have relevant educational and professional qualifications such as the following: PRINCE2, ISO27001 or equivalent ITIL qualifications [Helpdesk, etc] or equivalent other professional qualifications relevant to the services outlined in the Contract Notice. Please state the relevance of any such educational and professional qualifications. And: 4C.6.1: Bidders will be required to confirm that they and/or the service provider's managerial staff have relevant educational and professional qualifications such as the following: PRINCE2, ISO27001 or equivalent ITIL qualifications [Helpdesk, etc] or equivalent other professional qualifications relevant to the services outlined in the Contract Notice. Please state the relevance of any such educational and professional qualifications. Weighting of 20% (4C.6 and 4C.6.1 combined) as per scoring model in section II.2.9. 4C.7: Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: Compliance with the Waste Electrical and Electronic Equipment Directive (WEEE). Weighting of 5% as per scoring model in section II.2.9. 4C.10: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
"appliesTo": [
"supplier"
]
}
]
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
}
},
"tenderPeriod": {
"endDate": "2021-10-01T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2021-11-01T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"reviewDetails": "Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts: An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session."
},
"parties": [
{
"id": "GB-FTS-322",
"name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")",
"identifier": {
"legalName": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")"
},
"address": {
"streetAddress": "Gyle Square (NSS Head Office), 1 South Gyle Crescent",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH12 9EB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Ope Ore",
"telephone": "+44 1698794410",
"email": "ope.ore@nhs.scot",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.nss.nhs.scot/browse/procurement-and-logistics",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-324",
"name": "Sheriff Court House",
"identifier": {
"legalName": "Sheriff Court House"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "edinburgh@scotcourts.gov.uk",
"faxNumber": "+44 1312252525"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-85369",
"name": "Micad Systems (UK) Ltd.",
"identifier": {
"legalName": "Micad Systems (UK) Ltd."
},
"address": {
"streetAddress": "8 St Georges Court , Altrincham Business Park",
"locality": "Altrincham",
"region": "UKD3",
"postalCode": "WA14 5UA",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1619279573"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-55881",
"name": "Edinburgh Sheriff Court House",
"identifier": {
"legalName": "Edinburgh Sheriff Court House"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1312252525",
"email": "edinburgh@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-322",
"name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (\"NSS\")"
},
"language": "en",
"awards": [
{
"id": "017178-2023-NP604922-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-85369",
"name": "Micad Systems (UK) Ltd."
}
]
}
],
"contracts": [
{
"id": "017178-2023-NP604922-1",
"awardID": "017178-2023-NP604922-1",
"status": "active",
"value": {
"amount": 3821110,
"currency": "GBP"
},
"dateSigned": "2023-06-01T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 2
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000735770"
}
]
}