Notice Information
Notice Title
Scotland's Census 2021 Data Collection Operational Management System and Integration Services
Notice Description
Provision of Data Collection Operational Management System and Integration Services for use in the Scotland 2021 Census.
Lot Information
Lot 1
Overview Scotland's Census is a count of population and households in Scotland which currently takes place once every ten years. The next census in 2021 will be conducted primarily online. The Data Collection Operational Management System and Integration Services contract will manage the data collection operation for Census 2021. There are distinct, but very interlinked, requirements within this contract - the Data Collection Operational Management System and the Integration of Services. The Data Collection Operational Management System, which is one of several systems, sits at the centre of the Census data collection operation and will be used to manage the interactions with each address in Scotland and allow tracking of Census returns. It will sit in a secure hosted environment. The Data Collection Operational Management System and Integration Services is built from a number of components to collect, store, analyse, distribute and report on data collection operational information. The Integration of Services requirement includes a systems integration service to manage the Census systems and services end-to-end across all the developments throughout the collection period. For clarity, this will involve managing systems and services that may not directly integrate with the Data Collection Operational Management System and Integration Services functionality. As part of the preparations for the census in 2021 a rehearsal to test the systems, procedures and supplier delivered tools is planned for 2019. We are looking for a Service Provider to provide the Data Collection Operational Management System and Integrated Services which includes; - the development and management of the Enumeration Address Register and the interactions with addresses, including a user interface to allow manual as well as automatic updates to be made - Processing of operational information based on defined business rules, including a user interface to manage and update business rules - An integration capability to allow data from multiple sources to be combined to update the Enumerator Address Register - The creation of data interfaces between the Data Collection Operational Management System and Integration Services and a variety of sources and suppliers. It is recognised that the data required to move across these data interfaces will vary considerably in terms of their complexity, depending on the volume and frequency of transfer and the census systems, services or suppliers involved. - The ability to track census returns. - To provide predefined and ad-hoc summary reports - Secure decommissioning of systems and services, including the extraction of data for use in other Census processes and to plan for future censuses.. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) 2015
Renewal: The Authority reserves the right to extend the contract for up to one year
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000491956
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR313286
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72314000 - Data collection and collation services
Notice Value(s)
- Tender Value
- £5,000,000 £1M-£10M
- Lots Value
- £5,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 Mar 20187 years ago
- Submission Deadline
- 22 May 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 2 Feb 20188 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NATIONAL RECORDS OF SCOTLAND
- Contact Name
- Leanne Gourlay
- Contact Email
- leanne.gourlay@nrscotland.gov.uk
- Contact Phone
- +44 1313144215
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH12 7TF
- 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
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- Corstorphine/Murrayfield
- Westminster Constituency
- Edinburgh West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR280601&idx=1
21st April 2017 - ESPD Data Collection Operational Management System & Integration Services -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR280601&idx=2
21st April 2017 - ESPD Data Collection Operational Management System & Integration Services -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR280601
Scotland's Census 2021 Data Collection Operational Management System and Integration Services - Provision of Data Collection Operational Management System and Integration Services for use in the Scotland 2021 Census. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR313286
Scotland's Census 2021 Data Collection Operational Management System and Integration Services - Provision of Data Collection Operational Management System and Integration Services for use in the Scotland 2021 Census.
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-r6ebe6-0000491956-2018-03-12T00:00:00Z",
"date": "2018-03-12T00:00:00Z",
"ocid": "ocds-r6ebe6-0000491956",
"initiationType": "tender",
"parties": [
{
"id": "org-21",
"name": "National Records of Scotland",
"identifier": {
"legalName": "National Records of Scotland"
},
"address": {
"streetAddress": "Ladywell House, Ladywell Road",
"locality": "Edinburgh",
"region": "UKM25",
"postalCode": "EH12 7TF"
},
"contactPoint": {
"email": "leanne.gourlay@nrscotland.gov.uk",
"telephone": "+44 1313144215",
"url": "http://www.scotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.nrscotland.gov.uk"
}
},
{
"id": "org-72",
"name": "National Records of Scotland",
"identifier": {
"legalName": "National Records of Scotland"
},
"address": {
"streetAddress": "Ladywell House, Ladywell Road",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH12 7TF"
},
"contactPoint": {
"name": "Leanne Gourlay",
"email": "leanne.gourlay@nrscotland.gov.uk",
"telephone": "+44 1313144215",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody",
"reviewContactPoint"
],
"details": {
"classifications": [
{
"id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.nrscotland.gov.uk"
}
},
{
"id": "org-73",
"name": "ACAS",
"identifier": {
"legalName": "ACAS"
},
"address": {
"streetAddress": "151 W George St",
"locality": "Glasgow",
"postalCode": "G2 2JJ"
},
"contactPoint": {
"telephone": "+44 1311231150",
"url": "http://"
},
"roles": [
"mediationBody"
]
}
],
"buyer": {
"name": "National Records of Scotland",
"id": "org-72"
},
"tender": {
"id": "17/05/10",
"title": "Scotland's Census 2021 Data Collection Operational Management System and Integration Services",
"description": "Provision of Data Collection Operational Management System and Integration Services for use in the Scotland 2021 Census.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "72314000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 5000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.scotland.gov.uk",
"tenderPeriod": {
"endDate": "2017-05-22T12:00:00Z"
},
"documents": [
{
"id": "APR280601",
"documentType": "contractNotice",
"title": "Scotland's Census 2021 Data Collection Operational Management System and Integration Services",
"description": "Provision of Data Collection Operational Management System and Integration Services for use in the Scotland 2021 Census.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR280601",
"format": "text/html"
},
{
"id": "APR280601-1",
"title": "ESPD Data Collection Operational Management System & Integration Services",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR280601&idx=1",
"datePublished": "2017-04-21T11:10:32Z",
"dateModified": "2017-04-21T11:10:32Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "APR280601-2",
"title": "ESPD Data Collection Operational Management System & Integration Services",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR280601&idx=2",
"datePublished": "2017-04-21T11:10:32Z",
"dateModified": "2017-04-21T11:10:32Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "MAR313286",
"documentType": "awardNotice",
"title": "Scotland's Census 2021 Data Collection Operational Management System and Integration Services",
"description": "Provision of Data Collection Operational Management System and Integration Services for use in the Scotland 2021 Census.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR313286",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Overview Scotland's Census is a count of population and households in Scotland which currently takes place once every ten years. The next census in 2021 will be conducted primarily online. The Data Collection Operational Management System and Integration Services contract will manage the data collection operation for Census 2021. There are distinct, but very interlinked, requirements within this contract - the Data Collection Operational Management System and the Integration of Services. The Data Collection Operational Management System, which is one of several systems, sits at the centre of the Census data collection operation and will be used to manage the interactions with each address in Scotland and allow tracking of Census returns. It will sit in a secure hosted environment. The Data Collection Operational Management System and Integration Services is built from a number of components to collect, store, analyse, distribute and report on data collection operational information. The Integration of Services requirement includes a systems integration service to manage the Census systems and services end-to-end across all the developments throughout the collection period. For clarity, this will involve managing systems and services that may not directly integrate with the Data Collection Operational Management System and Integration Services functionality. As part of the preparations for the census in 2021 a rehearsal to test the systems, procedures and supplier delivered tools is planned for 2019. We are looking for a Service Provider to provide the Data Collection Operational Management System and Integrated Services which includes; - the development and management of the Enumeration Address Register and the interactions with addresses, including a user interface to allow manual as well as automatic updates to be made - Processing of operational information based on defined business rules, including a user interface to manage and update business rules - An integration capability to allow data from multiple sources to be combined to update the Enumerator Address Register - The creation of data interfaces between the Data Collection Operational Management System and Integration Services and a variety of sources and suppliers. It is recognised that the data required to move across these data interfaces will vary considerably in terms of their complexity, depending on the volume and frequency of transfer and the census systems, services or suppliers involved. - The ability to track census returns. - To provide predefined and ad-hoc summary reports - Secure decommissioning of systems and services, including the extraction of data for use in other Census processes and to plan for future censuses.. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) 2015",
"status": "complete",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Authority reserves the right to extend the contract for up to one year"
}
}
],
"coveredBy": [
"GPA"
],
"secondStage": {
"invitationDate": "2017-07-13T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Not applicable"
},
{
"type": "economic",
"description": "The Authority shall not be setting minimum standards with regard to turnover and financial ratios but reserves the right to review the latest audited accounts of the successful bidder prior to contract award. For Question 4B.5 of the ESPD, 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. Employer's (Compulsory) Liability Insurance - GBP5,000,000 Public Liability Insurance - GBP5,000,000 Professional Indemnity Insurance - GBP5,000,000"
},
{
"type": "technical",
"description": "Q4C.1.2 (Overall Weighting 80%) Respondents shall need to demonstrate experience and suitability to meet the requirement by providing details of two previous contracts which demonstrate the following: a) delivery of secure IT systems and services (20%) b) building and implementing data interfaces (20%) c) delivery to fixed timetable with critical go-live dates (20%) d) utilisation of iterative design methodologies (10%) e) demonstrate collaboration with multiple suppliers and multiple client teams (10%) f) complex integration involving multiple interfaces to other third party solutions (20%) Q4C.2 (Overall Weighting 5%) Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. Q4C.5 (Overall Weighting Pass/Fail) Bidders will be required to confirm that they will allow checks to be conducted on their production and technical capacities and where necessary on the means of study and research facilities available to it and on the quality control measures employed. Q4C.6 (Overall Weighting Pass/Fail) Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: Compliance with TIA-942 at Rating 3 or Rating 4 or equivalent. Q4C.7 (Overall Weighting 5%) Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: that you have a corporate environmental management system and how this will minimise the environmental impact of your proposed response. Q4C.9 (Overall Weighting 10%) Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. Q4C.10 (For information only, no weighting) Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Q4D.1 (Overall Weighting Pass/Fail) Bidders must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),",
"minimum": "Bidders should provide two examples of contracts/projects which meet the above criteria."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "72314000",
"scheme": "CPV"
},
"hasRecurrence": false,
"reviewDetails": "Review milestones and contract management procedures are fully outlined in the contract documents."
},
"language": "EN",
"description": "Award Criteria The scoring system used to evaluate the award criteria in the ITT will be as follows: 0 Unacceptable Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 1 Poor Response is partially relevant and 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. Tenderers should also note that the estimated value of the requirement as set out in Section II.1.5 and Section II.2.6 is considered to be a high estimate. We expect the actual value of the requirement to be within the range of GBP1,500,000 to GBP5,000,000. (SC Ref:525410)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000491956"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000491956"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "17/05/10",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "17/05/10",
"awardID": "17/05/10",
"status": "active",
"dateSigned": "2018-02-02T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 078-150791"
}
],
"bids": {
"statistics": [
{
"id": "17",
"measure": "lowestValidBidValue",
"value": 4998000
},
{
"id": "18",
"measure": "highestValidBidValue",
"value": 7623000
}
]
}
}