Notice Information
Notice Title
Web Based and Proprietary Device Framework
Notice Description
Scottish Ministers are seeking to appoint a single supplier for a national collaborative framework arrangement for the provision of Web Based and Proprietary Devices and associated services.
Lot Information
Lot 1
Scottish Procurement has a requirement for the provision of Web Based and Proprietary Device and associated services to the Scottish Public Sector. The new framework will build on the success of the current framework and will cover the provision of Web Based devices, Proprietary devices, Thin Client devices, Open Source Tablet devices, Mobile Handset Devices (excluding connectivity) and wearable devices plus associated services including but not limited to storage, deployment and pre/post sales technical support.
Renewal: The initial duration of the framework agreement will be 36 months with the option to extend for a further 12 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03a5f5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/006368-2024
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
30 - Office and computing machinery, equipment and supplies except furniture and software packages
32 - Radio, television, communication, telecommunication and related equipment
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
30200000 - Computer equipment and supplies
30213100 - Portable computers
30213200 - Tablet computer
30213300 - Desktop computer
30214000 - Workstations
30231000 - Computer screens and consoles
30231100 - Computer terminals
30237000 - Parts, accessories and supplies for computers
32250000 - Mobile telephones
72416000 - Application service providers
72500000 - Computer-related services
Notice Value(s)
- Tender Value
- £100,000,000 £100M-£1B
- Lots Value
- £100,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £100,000,000 £100M-£1B
Notice Dates
- Publication Date
- 28 Feb 20241 years ago
- Submission Deadline
- 12 Oct 2023Expired
- Future Notice Date
- 9 Apr 2023Expired
- Award Date
- 29 Jan 20242 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 4 years
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
- Dawn Swan
- Contact Email
- dawn.swan@gov.scot
- Contact Phone
- +44 7407196860
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 8LU
- 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
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North
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-03a5f5-2024-02-28T12:00:21Z",
"date": "2024-02-28T12:00:21Z",
"ocid": "ocds-h6vhtk-03a5f5",
"description": "XMA Ltd is an accredited real Living Wage employer and accordingly, pay all staff at least the real Living Wage. A previous notice relating to this procurement exercise can be located at: https://www.publiccontractsscotland.gov.uk/search/show/Search_View.aspx?id=SEP487776 The framework will be for an initial period of 36 months, with the option to extend for a further 12 months giving a maximum framework duration of 4 years (SC Ref:756434)",
"initiationType": "tender",
"tender": {
"id": "SP-22-020",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Web Based and Proprietary Device Framework",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "30200000",
"description": "Computer equipment and supplies"
},
"mainProcurementCategory": "goods",
"description": "Scottish Ministers are seeking to appoint a single supplier for a national collaborative framework arrangement for the provision of Web Based and Proprietary Devices and associated services.",
"value": {
"amount": 100000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Scottish Procurement has a requirement for the provision of Web Based and Proprietary Device and associated services to the Scottish Public Sector. The new framework will build on the success of the current framework and will cover the provision of Web Based devices, Proprietary devices, Thin Client devices, Open Source Tablet devices, Mobile Handset Devices (excluding connectivity) and wearable devices plus associated services including but not limited to storage, deployment and pre/post sales technical support.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"value": {
"amount": 100000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The initial duration of the framework agreement will be 36 months with the option to extend for a further 12 months."
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72500000",
"description": "Computer-related services"
},
{
"scheme": "CPV",
"id": "30213100",
"description": "Portable computers"
},
{
"scheme": "CPV",
"id": "30213200",
"description": "Tablet computer"
},
{
"scheme": "CPV",
"id": "30231100",
"description": "Computer terminals"
},
{
"scheme": "CPV",
"id": "30237000",
"description": "Parts, accessories and supplies for computers"
},
{
"scheme": "CPV",
"id": "30214000",
"description": "Workstations"
},
{
"scheme": "CPV",
"id": "32250000",
"description": "Mobile telephones"
},
{
"scheme": "CPV",
"id": "30213300",
"description": "Desktop computer"
},
{
"scheme": "CPV",
"id": "30231000",
"description": "Computer screens and consoles"
},
{
"scheme": "CPV",
"id": "72416000",
"description": "Application service providers"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2023-04-10T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "A form of Company Financial Assessment from each Tenderer is required. The Tenderer's failure risk will be evaluated as pass/fail. The Authority will undertake a Company Financial Assessment for each Tenderer using Dun & Bradstreet (D&B) Failure Risk Score for the Tenderer and any consortia or reliance members, as detailed in the minimum level(s) of standards required below. Details of the D&B \"A Guide to Dun & Bradstreet's Predictive Indicators\" - can be found using the http address below: https://www.dnb.co.uk/about-us/our-analytics/predictors-scores-ratings/scores-ratings.html There must be no qualification or contra-indication from any evidence provided in support of the Tenderers economic and financial standing. The Authority has the right to request copies of financial accounts and insurance certificates which are not held electronically. Minimum level(s) of standards required: If the D&B Failure Risk Score is 51 or more you will receive a pass for this assessment. If the D&B Failure Risk Score is less than 51 or no D&B Risk Failure score is available the Authority will contact the Tenderer and seek further information. The Authority will then use this further information to assess the Tenderer's level of failure risk. In the event that the Tenderer does not meet the financial criteria above, they may still be considered via some form of other assurance e.g. Parent Company Guarantee (providing parent has a failure risk score of 51 or more) or a performance bond. If this assessment identifies an unmanageable risk (i.e. it is unacceptable) the Tenderer will fail this assessment. *Note to Tenderers* There is no action for Tenderers to undertake regarding company Financial Assessment. The Authority will undertake the action as detailed above. It is a requirement of this framework agreement that bidders hold, or can commit to obtain prior to commencement of any subsequently awarded contract, the types of and levels of insurance, as a minimum, indicated below: Employer's (Compulsory) Liability Insurance = in accordance with any legal obligation for the time being in force Public Liability Insurance = 2.5 million GBP Professional Indemnity Insurance = 1 million GBP The Authority has the right to request copies of financial accounts and insurance certificates which are not held electronically.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Minimum level(s) of standards required: Tenderers will be required to maintain a standard of environmental protection, including, certification to ISO 14001/EMAS or equivalent standards, relevant to the delivery of this Framework Agreement. Cyber Security Please note there are minimum requirements concerning Cyber Security. Bidders will be required to complete an online Supplier Assurance Questionnaire using the Cyber Security Procurement Support Tool. A link to CSPST can be found here: https://cyberassessment.gov.scot/ Tenderers should use the link provided and enter the following unique Cyber Risk Assessment Reference Number provided for this purpose: RAR-K8ZZ5P45 The questionnaire will be aligned to a Cyber Risk Profile that has been established for the framework, based on the Contracting Authority's assessment of cyber risk. Cyber Security Certification For this framework, minimum requirements include the holding of the Cyber Essentials Plus certification or equivalent or obtaining this certificate within 6 months of the contract award date. Further details will be set out in the procurement documents. A contract condition for this procurement requires the Tenderer to comply with the minimum security requirements. Prompt Payment in the Supply Chain If tenderers intend to use a supply chain to deliver the requirements, they will be required to confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. Further details will be set out in the procurement documents.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
}
},
"tenderPeriod": {
"endDate": "2023-10-12T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2023-10-12T12:30:00+01:00"
},
"bidOpening": {
"date": "2023-10-12T12:30:00+01:00"
},
"hasRecurrence": true,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"recurrence": {
"description": "4 years"
}
},
"parties": [
{
"id": "GB-FTS-1538",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "5 Atlantic Quay, 150 Broomielaw",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G2 8LU",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Dawn Swan",
"telephone": "+44 7407196860",
"email": "dawn.swan@gov.scot",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"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-675",
"name": "Edinburgh Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1312252525",
"email": "edinburgh@scotcourts.gov.uk",
"faxNumber": "+44 1312258899"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court"
}
},
{
"id": "GB-FTS-63759",
"name": "XMA Limited",
"identifier": {
"legalName": "XMA Limited"
},
"address": {
"streetAddress": "Junction 24 Business Park, Pavilion 2, Helen Street, Glasgow",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G51 3HF",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1158464000"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-1538",
"name": "Scottish Government"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000756434"
}
],
"language": "en",
"awards": [
{
"id": "006368-2024-SP-22-020-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-63759",
"name": "XMA Limited"
}
]
}
],
"contracts": [
{
"id": "006368-2024-SP-22-020-1",
"awardID": "006368-2024-SP-22-020-1",
"status": "active",
"value": {
"amount": 100000000,
"currency": "GBP"
},
"dateSigned": "2024-01-29T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 2
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
}
}