Notice Information
Notice Title
Framework Agreement for the Provision of GIS Marine Data for Scotland
Notice Description
The requirement is for a Framework Pricelist Agreement for GIS-compatible Marine Data and Marine Data as a Service (DaaS) for use across the Scottish public sector. The Framework shall allow Authorised Users to draw down the products and services outlined in this Statement of Requirements at agreed prices for the duration of this Framework.
Lot Information
Lot 1
The requirement is for a Framework Pricelist Agreement for GIS-compatible Marine Data and Marine Data as a Service (DaaS) for use across the Scottish public sector. The Framework shall allow Authorised Users to draw down the products and services outlined in this Statement of Requirements at agreed prices for the duration of this Contract.
Renewal: Original contract includes a one year extension period.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03192c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/021653-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open 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
72222000 - Information systems or technology strategic review and planning services
72300000 - Data services
Notice Value(s)
- Tender Value
- £250,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £235,480 £100K-£500K
Notice Dates
- Publication Date
- 8 Aug 20223 years ago
- Submission Deadline
- 21 Mar 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 2 May 20223 years ago
- Contract Period
- 30 Apr 2022 - 30 Apr 2026 4-5 years
- Recurrence
- Potential for a new framework to be set up in May 2026.
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH GOVERNMENT
- Contact Name
- Bob McLeod
- Contact Email
- bob.mcleod@gov.scot
- Contact Phone
- +44 1312443567
Buyer Location
- Locality
- ABERDEEN
- Postcode
- AB11 9DB
- Post Town
- Aberdeen
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM5 North Eastern Scotland
- Small Region (ITL 3)
- TLM50 Aberdeen City and Aberdeenshire
- Delivery Location
- TLM Scotland
-
- Local Authority
- Aberdeen City
- Electoral Ward
- Torry/Ferryhill
- Westminster Constituency
- Aberdeen South
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-03192c-2022-08-08T09:15:04+01:00",
"date": "2022-08-08T09:15:04+01:00",
"ocid": "ocds-h6vhtk-03192c",
"description": "SPD will be scored on a pass/fail basis. Question scoring methodology for Award Criteria outlined in Invitation to Tender. 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 1 - Poor. Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 2 - Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=538689. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (SC Ref:698054)",
"initiationType": "tender",
"tender": {
"id": "CASE/211216",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Framework Agreement for the Provision of GIS Marine Data for Scotland",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72300000",
"description": "Data services"
},
"mainProcurementCategory": "services",
"description": "The requirement is for a Framework Pricelist Agreement for GIS-compatible Marine Data and Marine Data as a Service (DaaS) for use across the Scottish public sector. The Framework shall allow Authorised Users to draw down the products and services outlined in this Statement of Requirements at agreed prices for the duration of this Framework.",
"value": {
"amount": 250000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The requirement is for a Framework Pricelist Agreement for GIS-compatible Marine Data and Marine Data as a Service (DaaS) for use across the Scottish public sector. The Framework shall allow Authorised Users to draw down the products and services outlined in this Statement of Requirements at agreed prices for the duration of this Contract.",
"awardCriteria": {
"criteria": [
{
"name": "Understanding and Delivery of Requirements",
"type": "quality",
"description": "35"
},
{
"name": "Staff Competence, Knowledge and Experience",
"type": "quality",
"description": "20"
},
{
"name": "Framework Management, Support & Coordination",
"type": "quality",
"description": "20"
},
{
"name": "Quality Assurance & Risk Management",
"type": "quality",
"description": "10"
},
{
"name": "Corporate & Social Responsibilities",
"type": "quality",
"description": "10"
},
{
"name": "Fair Work Practices",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"startDate": "2022-05-01T00:00:00+01:00",
"endDate": "2026-04-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Original contract includes a one year extension period."
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72222000",
"description": "Information systems or technology strategic review and planning services"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "Across all of Scotland"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "This section covers questions 4B1-6 of the SPD (Scotland).",
"minimum": "4B1a: Bidders will be required to have a minimum \"specific\" yearly turnover of 500,000 GBP for the last two years. In the event that the Bidder does not comply with this requirement, they will not be considered any further in this tendering exercise. As evidence for the SPD (Scotland) question 4B1a, the Procurement Officer may ask for annual accounts from the bidder. 4B5: It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below: Employers (Compulsory) Liability Insurance = In accordance with the legal obligation for the time being enforced. Professional Indemnity Insurance = 1 Million GBP Public Liability Insurance = 1 Million GBP 4B6: Bidders must demonstrate a Current Ratio of greater than 0.8. Current Ratio will be calculated as follows: net current assets divided by net current liabilities. Please state whether you have applied IFRS15 to your accounts. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Details of technical facilities, measures for ensuring quality and quality management procedures.",
"minimum": "4C1.2: Bidders will be required to provide three examples over the last five years that demonstrate that they have the relevant experience to deliver the services/supplies as described in the Contract Notice or the relevant section of the site notice. 4C2: Bidders will be required to provide details of the technicians or technical bodies the bidder can call upon in relation to this procurement exercise. 4C3a: Bidders will be required to provide details of the technical facilities and measures for ensuring quality. 4C7: Bidders will be required to confirm what environmental management measures they will employ. 4C9: Bidders should provide details of relevant tools, plant or technical equipment available to you in relation to this procurement exercise. 4C10: Bidders will be required to confirm that whether they intend to subcontract and if so, for what proportion of the contract. Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). OR 2. The bidder must have the following: A documented policy regarding quality management. The policy must set out the responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.",
"appliesTo": [
"supplier"
]
}
]
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-03-21T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2022-03-21T12:00:00Z"
},
"bidOpening": {
"date": "2022-03-21T12:00:00Z",
"address": {
"streetAddress": "Aberdeen"
}
},
"hasRecurrence": true,
"contractTerms": {
"hasElectronicOrdering": true,
"hasElectronicPayment": true
},
"recurrence": {
"description": "Potential for a new framework to be set up in May 2026."
}
},
"parties": [
{
"id": "GB-FTS-1315",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "Marine Scotland, Marine Laboratory, 375 Victoria Road, Torry",
"locality": "Aberdeen",
"region": "UKM",
"postalCode": "AB11 9DB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Bob McLeod",
"telephone": "+44 1312443567",
"email": "bob.mcleod@gov.scot",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.scotland.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"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"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-60800",
"name": "OceanWise Ltd",
"identifier": {
"legalName": "OceanWise Ltd"
},
"address": {
"streetAddress": "Dovedale House, 16 Butts Road",
"locality": "ALTON",
"region": "UKJ37",
"postalCode": "GU34 1NB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1420768262"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-1315",
"name": "Scottish Government"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000684032"
}
],
"language": "en",
"awards": [
{
"id": "021653-2022-CASE/211216-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-60800",
"name": "OceanWise Ltd"
}
]
}
],
"contracts": [
{
"id": "021653-2022-CASE/211216-1",
"awardID": "021653-2022-CASE/211216-1",
"status": "active",
"value": {
"amount": 235480,
"currency": "GBP"
},
"dateSigned": "2022-05-03T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 1
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 1
}
]
}
}