Notice Information
Notice Title
Telephony Services Dynamic Purchasing System
Notice Description
The Authority is establishing a collaborative Dynamic Purchasing System (DPS) for Telephony Services. The DPS will comprise a number of categories (lots) for the provision of Traditional Telephony, Internet Protocol (IP) Telephony and Enterprise Bundled Services. A key objective is to offer a straightforward, flexible and suitable route to market for Scottish public sector bodies. See section III.1.1 for details of public sector organisations who can access the DPS. Suppliers must hold a third party Cyber Security accreditation e.g. Cyber Essentials, Cyber Essentials Plus, ISO 27001, IASME or be able to provide evidence of equivalency on request and details of this must be provided at Section 2.2 of the technical envelope within the ESPD. No form of volume guarantee has been granted by the Authority. The Authority shall not be bound to order any of the services referred to in the lot descriptions. The DPS will be open to entrants throughout its life who meet the minimum criteria.
Lot Information
Enterprise Bundled Services
Potential participants must complete the European Single Procurement Document (ESPD) and meet the minimum entry criteria to participate on the DPS. The Enterprise Bundled Services Lot will provide organisations access to a bundled range of telephony services as opposed to individual services. The scope of this Lot will focus on bundled services from those identified within Lots 1 and 2 and also includes other services, but not be limited to, such as mobile voice and data telephony, unified communications, telephony as a service etc. This lot will provide a one stop shop for organisations who want to purchase their telephony solutions through one Procurement. More than one telephony service will need to be purchased to qualify as a procurement of a bundle. Participants must have at least 12 months experience delivering the types of services and technologies within this Lot. Tell us about your company, services you provide and at least 2 relevant case study examples from the last 3 years. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 2 sides of A4 paper. Responses to be provided in section 4C- (Technical and professional ability) part 4C.1.2 of the ESPD Document.. Economic operators may be excluded from this DPS if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: An initial 12 month period with an option to extend for an additional 12 months
Internet Protocol (IP) TelephonyPotential participants must complete the European Single Procurement Document (ESPD) and meet the minimum entry criteria to be established on the DPS. This lot will provide supplier delivery and support for organisations seeking IP Telephony Services. The IP Telephony lot will encompass all telephony technologies and services that use the Internet Protocol's packet-switched connections to exchange voice, fax, and other forms of information that have traditionally been carried over the dedicated circuit-switched connections of the public switched telephone network (PSTN). Due to the wide and diverse nature of IP Telephony , it isn't possible to list all the types envisaged - but some examples (non-exhaustive list) are; Voice Over Internet Protocol (VoIP), Session Initiation Protocol (SIP) Trunk Provision, Point to Point Circuits, Telephony as a Service (TaaS), Provision of telephony through a hosted or cloud based solution, Contact Centre Provision, Messaging Services, Intelligent Voice Response (IVR), Automated Call Distribution (ACD), Unified Communications and Broadband provision & services (e.g. Site to site or Site to cloud connectivity, broadband routing etc.) Participants must have at least 12 months experience delivering the types of services and technologies within this Lot. Tell us about your company, services you provide and at least 2 relevant case study examples from the last 3 years. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 2 sides of A4 paper. Responses to be provided in section 4C- (Technical and professional ability) part 4C.1.2 of the ESPD Document.. Economic operators may be excluded from this DPS if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: An initial period of 12 months with an option for an additional 12 months.
Traditional TelephonyPotential participants must complete the European Single Procurement Document (ESPD) and meet the minimum entry criteria to be established on the DPS. This lot will provide supplier delivery and support for organisations seeking traditional telephony services. The traditional telephony lot will encompass all telephony technologies and services that are traditionally carried out over the dedicated circuit switch connections of a Public Switch Telephone Network (PSTN). Due to the wide and diverse nature of traditional telephony services, it is not possible to list all the types envisaged. However, some examples (non-exhaustive list) are; the provision of voice calls, services and infrastructure; Line Rental including Integrated Serves Digital Network (ISDN) & PSTN; Direct Dial Integer (DDI) Provisioning; Electronic Billing Services; Migration Management Support; Non geographic numbers and directory enquiries; Broadband provision & services (e.g. site to site or site to cloud connectivity, broadband routing etc.) and paging services. Participants must have at least 12 months experience delivering the types of services within this Lot. Tell us about your company, services you provide and at least 2 relevant case study examples from the last 3 years. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 2 sides of A4 paper. Responses are to be provided in section 4C- (Technical and professional ability) part 4C.1.2 of the ESPD Document.. Economic operators may be excluded from this DPS if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: An initial period of 12 months with an option to extend for an additional 12 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000540477
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY319583
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Dynamic
- 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
31 - Electrical machinery, apparatus, equipment and consumables; lighting
32 - Radio, television, communication, telecommunication and related equipment
48 - Software package and information systems
51 - Installation services (except software)
64 - Postal and telecommunications services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
31712112 - SIM cards
31712113 - Cards containing integrated circuits
32000000 - Radio, television, communication, telecommunication and related equipment
32250000 - Mobile telephones
32252000 - GSM telephones
32252100 - Hands-free mobile telephones
32332200 - Telephone-answering machines
32342100 - Headphones
32342200 - Earphones
32342440 - Voice-mail system
32342450 - Voice recorders
32344100 - Portable receivers for calling and paging
32400000 - Networks
32410000 - Local area network
32412000 - Communications network
32412100 - Telecommunications network
32415000 - Ethernet network
32416000 - ISDN network
32416100 - ISDX network
32417000 - Multimedia networks
32420000 - Network equipment
32421000 - Network cabling
32422000 - Network components
32423000 - Network hubs
32424000 - Network infrastructure
32427000 - Network system
32428000 - Network upgrade
32429000 - Telephone network equipment
32430000 - Wide area network
32500000 - Telecommunications equipment and supplies
32510000 - Wireless telecommunications system
32520000 - Telecommunications cable and equipment
32521000 - Telecommunications cable
32522000 - Telecommunications equipment
32523000 - Telecommunications facilities
32524000 - Telecommunications system
32540000 - Switchboards
32541000 - Switchboard equipment
32542000 - Switchboard panels
32543000 - Telephone switchboards
32544000 - PABX equipment
32545000 - PABX systems
32546000 - Digital switching equipment
32550000 - Telephone equipment
32551000 - Telephone cables and associated equipment
32552000 - Electrical apparatus for line telephony or line telegraphy
48314000 - Voice recognition software package
48510000 - Communication software package
48512000 - Interactive voice response software package
48513000 - Modem software package
48514000 - Remote access software package
48516000 - Exchange software package
51300000 - Installation services of communications equipment
51340000 - Installation services of line telephony equipment
64200000 - Telecommunications services
64210000 - Telephone and data transmission services
64212000 - Mobile-telephone services
64212100 - Short Message Service (SMS) services
64212200 - Enhanced Messaging Service (EMS) services
64212300 - Multimedia Message Service (MMS) services
64212500 - General Packet Radio Services (GPRS) services
64212600 - Enhanced Data for GSM Evolution (EDGE) services
64212700 - Universal Mobile Telephone System (UMTS) services
64213000 - Shared-business telephone network services
64214000 - Dedicated-business telephone network services
64214200 - Telephone switchboard services
64214400 - Communication land-line rental
64215000 - IP telephone services
64220000 - Telecommunication services except telephone and data transmission services
64223000 - Paging services
64224000 - Teleconferencing services
64227000 - Integrated telecommunications services
72720000 - Wide area network services
79510000 - Telephone-answering services
79511000 - Telephone operator services
79512000 - Call centre
Notice Value(s)
- Tender Value
- £10,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 17 May 20187 years ago
- Submission Deadline
- 19 Jun 2018Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- 19 May 2020
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH GOVERNMENT
- Contact Name
- David Box
- Contact Email
- david.box@gov.scot
- Contact Phone
- +44 1412420345
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 Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY319583
Telephony Services Dynamic Purchasing System - The Authority is establishing a collaborative Dynamic Purchasing System (DPS) for Telephony Services. The DPS will comprise a number of categories (lots) for the provision of Traditional Telephony, Internet Protocol (IP) Telephony and Enterprise Bundled Services. A key objective is to offer a straightforward, flexible and suitable route to market for Scottish public sector bodies. See section III.1.1 for details of public sector organisations who can access the DPS. Suppliers must hold a third party Cyber Security accreditation e.g. Cyber Essentials, Cyber Essentials Plus, ISO 27001, IASME or be able to provide evidence of equivalency on request and details of this must be provided at Section 2.2 of the technical envelope within the ESPD. No form of volume guarantee has been granted by the Authority. The Authority shall not be bound to order any of the services referred to in the lot descriptions. The DPS will be open to entrants throughout its life who meet the minimum criteria.
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-r6ebe6-0000540477-2018-05-17T00:00:00Z",
"date": "2018-05-17T00:00:00Z",
"ocid": "ocds-r6ebe6-0000540477",
"initiationType": "tender",
"parties": [
{
"id": "org-39",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "5 Atlantic Quay, 150 Broomielaw",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G2 8LU"
},
"contactPoint": {
"name": "David Box",
"email": "david.box@gov.scot",
"telephone": "+44 1412420345",
"url": "https://www.publictendersscotland.publiccontractsscotland.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.gov.scot/"
}
}
],
"buyer": {
"name": "Scottish Government",
"id": "org-39"
},
"tender": {
"id": "SP-17-032",
"title": "Telephony Services Dynamic Purchasing System",
"description": "The Authority is establishing a collaborative Dynamic Purchasing System (DPS) for Telephony Services. The DPS will comprise a number of categories (lots) for the provision of Traditional Telephony, Internet Protocol (IP) Telephony and Enterprise Bundled Services. A key objective is to offer a straightforward, flexible and suitable route to market for Scottish public sector bodies. See section III.1.1 for details of public sector organisations who can access the DPS. Suppliers must hold a third party Cyber Security accreditation e.g. Cyber Essentials, Cyber Essentials Plus, ISO 27001, IASME or be able to provide evidence of equivalency on request and details of this must be provided at Section 2.2 of the technical envelope within the ESPD. No form of volume guarantee has been granted by the Authority. The Authority shall not be bound to order any of the services referred to in the lot descriptions. The DPS will be open to entrants throughout its life who meet the minimum criteria.",
"status": "active",
"items": [
{
"id": "3",
"additionalClassifications": [
{
"id": "64200000",
"scheme": "CPV"
},
{
"id": "64215000",
"scheme": "CPV"
},
{
"id": "64210000",
"scheme": "CPV"
},
{
"id": "32500000",
"scheme": "CPV"
},
{
"id": "32410000",
"scheme": "CPV"
},
{
"id": "32430000",
"scheme": "CPV"
},
{
"id": "72720000",
"scheme": "CPV"
},
{
"id": "79512000",
"scheme": "CPV"
},
{
"id": "48512000",
"scheme": "CPV"
},
{
"id": "64227000",
"scheme": "CPV"
},
{
"id": "64223000",
"scheme": "CPV"
},
{
"id": "64212000",
"scheme": "CPV"
},
{
"id": "32250000",
"scheme": "CPV"
},
{
"id": "64212100",
"scheme": "CPV"
},
{
"id": "32424000",
"scheme": "CPV"
},
{
"id": "32521000",
"scheme": "CPV"
},
{
"id": "32427000",
"scheme": "CPV"
},
{
"id": "32416100",
"scheme": "CPV"
},
{
"id": "32420000",
"scheme": "CPV"
},
{
"id": "32428000",
"scheme": "CPV"
},
{
"id": "32342200",
"scheme": "CPV"
},
{
"id": "32342450",
"scheme": "CPV"
},
{
"id": "32522000",
"scheme": "CPV"
},
{
"id": "48513000",
"scheme": "CPV"
},
{
"id": "31712113",
"scheme": "CPV"
},
{
"id": "48514000",
"scheme": "CPV"
},
{
"id": "32252000",
"scheme": "CPV"
},
{
"id": "64212500",
"scheme": "CPV"
},
{
"id": "48516000",
"scheme": "CPV"
},
{
"id": "64214400",
"scheme": "CPV"
},
{
"id": "64212300",
"scheme": "CPV"
},
{
"id": "64214000",
"scheme": "CPV"
},
{
"id": "32412100",
"scheme": "CPV"
},
{
"id": "32416000",
"scheme": "CPV"
},
{
"id": "32421000",
"scheme": "CPV"
},
{
"id": "32429000",
"scheme": "CPV"
},
{
"id": "32551000",
"scheme": "CPV"
},
{
"id": "51340000",
"scheme": "CPV"
},
{
"id": "64212700",
"scheme": "CPV"
},
{
"id": "32423000",
"scheme": "CPV"
},
{
"id": "64213000",
"scheme": "CPV"
},
{
"id": "32544000",
"scheme": "CPV"
},
{
"id": "32400000",
"scheme": "CPV"
},
{
"id": "32524000",
"scheme": "CPV"
},
{
"id": "32545000",
"scheme": "CPV"
},
{
"id": "79510000",
"scheme": "CPV"
},
{
"id": "32344100",
"scheme": "CPV"
},
{
"id": "51300000",
"scheme": "CPV"
},
{
"id": "64212600",
"scheme": "CPV"
},
{
"id": "32332200",
"scheme": "CPV"
},
{
"id": "32412000",
"scheme": "CPV"
},
{
"id": "32252100",
"scheme": "CPV"
},
{
"id": "32342440",
"scheme": "CPV"
},
{
"id": "32520000",
"scheme": "CPV"
},
{
"id": "32543000",
"scheme": "CPV"
},
{
"id": "32523000",
"scheme": "CPV"
},
{
"id": "32552000",
"scheme": "CPV"
},
{
"id": "32415000",
"scheme": "CPV"
},
{
"id": "64214200",
"scheme": "CPV"
},
{
"id": "32546000",
"scheme": "CPV"
},
{
"id": "48314000",
"scheme": "CPV"
},
{
"id": "32540000",
"scheme": "CPV"
},
{
"id": "48510000",
"scheme": "CPV"
},
{
"id": "32541000",
"scheme": "CPV"
},
{
"id": "32510000",
"scheme": "CPV"
},
{
"id": "32342100",
"scheme": "CPV"
},
{
"id": "32422000",
"scheme": "CPV"
},
{
"id": "32550000",
"scheme": "CPV"
},
{
"id": "79511000",
"scheme": "CPV"
},
{
"id": "31712112",
"scheme": "CPV"
},
{
"id": "64224000",
"scheme": "CPV"
},
{
"id": "32542000",
"scheme": "CPV"
},
{
"id": "32000000",
"scheme": "CPV"
},
{
"id": "32417000",
"scheme": "CPV"
},
{
"id": "64220000",
"scheme": "CPV"
},
{
"id": "64212200",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "3"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "64200000",
"scheme": "CPV"
},
{
"id": "64215000",
"scheme": "CPV"
},
{
"id": "64210000",
"scheme": "CPV"
},
{
"id": "32500000",
"scheme": "CPV"
},
{
"id": "32410000",
"scheme": "CPV"
},
{
"id": "32430000",
"scheme": "CPV"
},
{
"id": "72720000",
"scheme": "CPV"
},
{
"id": "79512000",
"scheme": "CPV"
},
{
"id": "48512000",
"scheme": "CPV"
},
{
"id": "64227000",
"scheme": "CPV"
},
{
"id": "64223000",
"scheme": "CPV"
},
{
"id": "32424000",
"scheme": "CPV"
},
{
"id": "32521000",
"scheme": "CPV"
},
{
"id": "32427000",
"scheme": "CPV"
},
{
"id": "32416100",
"scheme": "CPV"
},
{
"id": "32420000",
"scheme": "CPV"
},
{
"id": "32428000",
"scheme": "CPV"
},
{
"id": "32342200",
"scheme": "CPV"
},
{
"id": "32342450",
"scheme": "CPV"
},
{
"id": "32522000",
"scheme": "CPV"
},
{
"id": "48513000",
"scheme": "CPV"
},
{
"id": "31712113",
"scheme": "CPV"
},
{
"id": "48514000",
"scheme": "CPV"
},
{
"id": "48516000",
"scheme": "CPV"
},
{
"id": "64214400",
"scheme": "CPV"
},
{
"id": "64214000",
"scheme": "CPV"
},
{
"id": "32412100",
"scheme": "CPV"
},
{
"id": "32421000",
"scheme": "CPV"
},
{
"id": "32429000",
"scheme": "CPV"
},
{
"id": "32551000",
"scheme": "CPV"
},
{
"id": "51340000",
"scheme": "CPV"
},
{
"id": "32423000",
"scheme": "CPV"
},
{
"id": "64213000",
"scheme": "CPV"
},
{
"id": "32544000",
"scheme": "CPV"
},
{
"id": "32400000",
"scheme": "CPV"
},
{
"id": "32524000",
"scheme": "CPV"
},
{
"id": "32545000",
"scheme": "CPV"
},
{
"id": "79510000",
"scheme": "CPV"
},
{
"id": "32344100",
"scheme": "CPV"
},
{
"id": "51300000",
"scheme": "CPV"
},
{
"id": "32332200",
"scheme": "CPV"
},
{
"id": "32412000",
"scheme": "CPV"
},
{
"id": "32342440",
"scheme": "CPV"
},
{
"id": "32520000",
"scheme": "CPV"
},
{
"id": "32543000",
"scheme": "CPV"
},
{
"id": "32523000",
"scheme": "CPV"
},
{
"id": "32552000",
"scheme": "CPV"
},
{
"id": "32415000",
"scheme": "CPV"
},
{
"id": "64214200",
"scheme": "CPV"
},
{
"id": "32546000",
"scheme": "CPV"
},
{
"id": "48314000",
"scheme": "CPV"
},
{
"id": "32540000",
"scheme": "CPV"
},
{
"id": "48510000",
"scheme": "CPV"
},
{
"id": "32541000",
"scheme": "CPV"
},
{
"id": "32510000",
"scheme": "CPV"
},
{
"id": "32342100",
"scheme": "CPV"
},
{
"id": "32422000",
"scheme": "CPV"
},
{
"id": "32550000",
"scheme": "CPV"
},
{
"id": "79511000",
"scheme": "CPV"
},
{
"id": "32542000",
"scheme": "CPV"
},
{
"id": "32000000",
"scheme": "CPV"
},
{
"id": "32417000",
"scheme": "CPV"
},
{
"id": "64224000",
"scheme": "CPV"
},
{
"id": "64212200",
"scheme": "CPV"
},
{
"id": "64220000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "2"
},
{
"id": "1",
"additionalClassifications": [
{
"id": "64200000",
"scheme": "CPV"
},
{
"id": "32500000",
"scheme": "CPV"
},
{
"id": "64223000",
"scheme": "CPV"
},
{
"id": "32424000",
"scheme": "CPV"
},
{
"id": "32521000",
"scheme": "CPV"
},
{
"id": "32427000",
"scheme": "CPV"
},
{
"id": "32416100",
"scheme": "CPV"
},
{
"id": "32420000",
"scheme": "CPV"
},
{
"id": "32428000",
"scheme": "CPV"
},
{
"id": "32342450",
"scheme": "CPV"
},
{
"id": "32522000",
"scheme": "CPV"
},
{
"id": "48513000",
"scheme": "CPV"
},
{
"id": "31712113",
"scheme": "CPV"
},
{
"id": "48514000",
"scheme": "CPV"
},
{
"id": "48516000",
"scheme": "CPV"
},
{
"id": "64214400",
"scheme": "CPV"
},
{
"id": "64214000",
"scheme": "CPV"
},
{
"id": "32412100",
"scheme": "CPV"
},
{
"id": "32416000",
"scheme": "CPV"
},
{
"id": "32421000",
"scheme": "CPV"
},
{
"id": "32429000",
"scheme": "CPV"
},
{
"id": "32551000",
"scheme": "CPV"
},
{
"id": "51340000",
"scheme": "CPV"
},
{
"id": "32423000",
"scheme": "CPV"
},
{
"id": "64213000",
"scheme": "CPV"
},
{
"id": "32544000",
"scheme": "CPV"
},
{
"id": "32400000",
"scheme": "CPV"
},
{
"id": "32524000",
"scheme": "CPV"
},
{
"id": "32545000",
"scheme": "CPV"
},
{
"id": "79510000",
"scheme": "CPV"
},
{
"id": "32344100",
"scheme": "CPV"
},
{
"id": "51300000",
"scheme": "CPV"
},
{
"id": "32332200",
"scheme": "CPV"
},
{
"id": "32412000",
"scheme": "CPV"
},
{
"id": "32342440",
"scheme": "CPV"
},
{
"id": "32520000",
"scheme": "CPV"
},
{
"id": "32543000",
"scheme": "CPV"
},
{
"id": "32523000",
"scheme": "CPV"
},
{
"id": "32552000",
"scheme": "CPV"
},
{
"id": "32415000",
"scheme": "CPV"
},
{
"id": "64214200",
"scheme": "CPV"
},
{
"id": "32546000",
"scheme": "CPV"
},
{
"id": "64227000",
"scheme": "CPV"
},
{
"id": "48314000",
"scheme": "CPV"
},
{
"id": "32540000",
"scheme": "CPV"
},
{
"id": "48510000",
"scheme": "CPV"
},
{
"id": "32541000",
"scheme": "CPV"
},
{
"id": "32510000",
"scheme": "CPV"
},
{
"id": "64210000",
"scheme": "CPV"
},
{
"id": "32342100",
"scheme": "CPV"
},
{
"id": "32422000",
"scheme": "CPV"
},
{
"id": "32550000",
"scheme": "CPV"
},
{
"id": "79511000",
"scheme": "CPV"
},
{
"id": "64224000",
"scheme": "CPV"
},
{
"id": "32542000",
"scheme": "CPV"
},
{
"id": "32000000",
"scheme": "CPV"
},
{
"id": "32342200",
"scheme": "CPV"
},
{
"id": "64220000",
"scheme": "CPV"
},
{
"id": "64212200",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 10000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-06-19T12:00:00Z"
},
"documents": [
{
"id": "MAY319583",
"documentType": "contractNotice",
"title": "Telephony Services Dynamic Purchasing System",
"description": "The Authority is establishing a collaborative Dynamic Purchasing System (DPS) for Telephony Services. The DPS will comprise a number of categories (lots) for the provision of Traditional Telephony, Internet Protocol (IP) Telephony and Enterprise Bundled Services. A key objective is to offer a straightforward, flexible and suitable route to market for Scottish public sector bodies. See section III.1.1 for details of public sector organisations who can access the DPS. Suppliers must hold a third party Cyber Security accreditation e.g. Cyber Essentials, Cyber Essentials Plus, ISO 27001, IASME or be able to provide evidence of equivalency on request and details of this must be provided at Section 2.2 of the technical envelope within the ESPD. No form of volume guarantee has been granted by the Authority. The Authority shall not be bound to order any of the services referred to in the lot descriptions. The DPS will be open to entrants throughout its life who meet the minimum criteria.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY319583",
"format": "text/html"
}
],
"lots": [
{
"id": "3",
"title": "Enterprise Bundled Services",
"description": "Potential participants must complete the European Single Procurement Document (ESPD) and meet the minimum entry criteria to participate on the DPS. The Enterprise Bundled Services Lot will provide organisations access to a bundled range of telephony services as opposed to individual services. The scope of this Lot will focus on bundled services from those identified within Lots 1 and 2 and also includes other services, but not be limited to, such as mobile voice and data telephony, unified communications, telephony as a service etc. This lot will provide a one stop shop for organisations who want to purchase their telephony solutions through one Procurement. More than one telephony service will need to be purchased to qualify as a procurement of a bundle. Participants must have at least 12 months experience delivering the types of services and technologies within this Lot. Tell us about your company, services you provide and at least 2 relevant case study examples from the last 3 years. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 2 sides of A4 paper. Responses to be provided in section 4C- (Technical and professional ability) part 4C.1.2 of the ESPD Document.. Economic operators may be excluded from this DPS if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "active",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "An initial 12 month period with an option to extend for an additional 12 months"
}
},
{
"id": "2",
"title": "Internet Protocol (IP) Telephony",
"description": "Potential participants must complete the European Single Procurement Document (ESPD) and meet the minimum entry criteria to be established on the DPS. This lot will provide supplier delivery and support for organisations seeking IP Telephony Services. The IP Telephony lot will encompass all telephony technologies and services that use the Internet Protocol's packet-switched connections to exchange voice, fax, and other forms of information that have traditionally been carried over the dedicated circuit-switched connections of the public switched telephone network (PSTN). Due to the wide and diverse nature of IP Telephony , it isn't possible to list all the types envisaged - but some examples (non-exhaustive list) are; Voice Over Internet Protocol (VoIP), Session Initiation Protocol (SIP) Trunk Provision, Point to Point Circuits, Telephony as a Service (TaaS), Provision of telephony through a hosted or cloud based solution, Contact Centre Provision, Messaging Services, Intelligent Voice Response (IVR), Automated Call Distribution (ACD), Unified Communications and Broadband provision & services (e.g. Site to site or Site to cloud connectivity, broadband routing etc.) Participants must have at least 12 months experience delivering the types of services and technologies within this Lot. Tell us about your company, services you provide and at least 2 relevant case study examples from the last 3 years. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 2 sides of A4 paper. Responses to be provided in section 4C- (Technical and professional ability) part 4C.1.2 of the ESPD Document.. Economic operators may be excluded from this DPS if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "active",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "An initial period of 12 months with an option for an additional 12 months."
}
},
{
"id": "1",
"title": "Traditional Telephony",
"description": "Potential participants must complete the European Single Procurement Document (ESPD) and meet the minimum entry criteria to be established on the DPS. This lot will provide supplier delivery and support for organisations seeking traditional telephony services. The traditional telephony lot will encompass all telephony technologies and services that are traditionally carried out over the dedicated circuit switch connections of a Public Switch Telephone Network (PSTN). Due to the wide and diverse nature of traditional telephony services, it is not possible to list all the types envisaged. However, some examples (non-exhaustive list) are; the provision of voice calls, services and infrastructure; Line Rental including Integrated Serves Digital Network (ISDN) & PSTN; Direct Dial Integer (DDI) Provisioning; Electronic Billing Services; Migration Management Support; Non geographic numbers and directory enquiries; Broadband provision & services (e.g. site to site or site to cloud connectivity, broadband routing etc.) and paging services. Participants must have at least 12 months experience delivering the types of services within this Lot. Tell us about your company, services you provide and at least 2 relevant case study examples from the last 3 years. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 2 sides of A4 paper. Responses are to be provided in section 4C- (Technical and professional ability) part 4C.1.2 of the ESPD Document.. Economic operators may be excluded from this DPS if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "active",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "An initial period of 12 months with an option to extend for an additional 12 months"
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "There will be a requirement to provide management information on the call-off contracts awarded through the DPS."
},
"coveredBy": [
"GPA"
],
"secondStage": {
"invitationDate": "2018-06-29T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Potential participants from the UK will be required to provide their tax reference numbers: i.e. Value Added Tax registration number, PAYE collection reference and Corporation Tax or Self-Assessment reference, as applicable. Please enter this number in section 2A question 2A.2 & 2A.3 of the ESPD. Overseas and non-UK Potential Participants will be required to submit a certificate of tax compliance obtained from the country in which they are a resident for tax purposes. The Authority will have the right to request evidence that entry criteria is still valid at any point during the life of the Dynamic Purchasing System with evidence to be provided via an updated ESPD to the Authority within 5 working days of request being issued. 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: Public Liability insurance of Minimum GBP 1M Employers Liability insurance of Minimum GBP 5M Professional Indemnity insurance of Minimum GBP 1M The Dynamic Purchasing System will be available for use by the Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross- border public authorities within the meaning of section 88(5) of the Scotland Act 1998, the Scotland Office, the Scottish Parliamentary Corporate Body, councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994, Scottish Fire & Rescue Service, the Scottish Police Authority, Scottish health boards or special health boards, all NHS Scotland, The Integrated Joint Boards established further to the Public Bodies (Joint Working) Act 2014, bodies registered as social landlords under the Housing (Scotland) Act 2001, Student Loans Company Limited, the Forestry Commission, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Equality and Human Rights Commission, Business Stream Ltd, the Business Gateway National Unit at the Convention of Scottish Local Authorities, further or higher education institutions being fundable bodies within the meaning of section 6 of the further and Higher Education (Scotland) Act 2005, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing. In addition to the contracting authorities listed, the Dynamic Purchasing System will be available to charities entered on the Scottish Charity Register and voluntary organisations entered on the Membership Database of the Scottish Council for Voluntary Organisations. Information about Scottish Public Bodies is available at: http://www.gov.scot/Topics/Government/public-bodies/about Information about the Review of Public Procurement in Scotland and links to the other Centres of Expertise are available at: http://www.gov.scot/Topics/Government/Procurement"
},
{
"type": "technical",
"description": "Criteria for each Lot (Category) is presented in the description area for each individual Lot (Category). Suppliers must hold a third party Cyber Security accreditation e.g. Cyber Essentials, Cyber Essentials Plus , ISO 27001, IASME or be able to provide evidence of equivalency on request."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"techniques": {
"hasDynamicPurchasingSystem": true,
"dynamicPurchasingSystem": {
"type": "open"
}
},
"classification": {
"id": "64200000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "19 May 2020"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 006-009236"
}
],
"description": "Establishing a DPS for Telephony Services is a new route for Scottish Procurement and as a continuous improvement procedure, we will review outcomes with stakeholders and suppliers during the first 6 to 12 months. **Please note there is a Technical Envelope within PCS-T regarding both Fair Work and Cyber Security. With regard to Fair Work, your responses are required for information purposes only and are not part of the selection criteria. However, with regard to Cyber Security, it is mandatory that Suppliers hold a third party Cyber Security accreditation relevant to the delivery of services under this DPS, eg, Cyber Essentials, Cyber Essentials Plus , ISO 27001, IASME or equivalent. Failure to confirm that a third party accreditation is held will result in Suppliers not gaining access to the DPS. Applications will not be accepted via the PCS-T system unless you complete this Envelope. The estimated total value is up to 10,000,000 GBP (excluding VAT) with call-off contracts likely to be in much smaller values. The system for establishing and on-boarding suppliers to the DPS will operate fully electronically using the PCS-Tender system Project Code 10849. Organisations who use the DPS for call-offs will issue all documentation electronically. Many organisations use PCS-Tender. However, alternative fully electronic routes may also be used and are acceptable. All participants awarded a place on a Lot on the DPS will be invited to all contract opportunities within that lot. Award criteria will be based on best price-quality ratio (see sect II.2.5 of this OJEU for ranges) which will be formulated more precisely at call-off and may incorporate mandatory minimum requirements bidders have to achieve. Participants should be aware there is not a requirement to bid for all lots or provide all services under each lot. Realising Scotland's full potential in a digital world: A Digital Strategy for Scotland - http://www.gov.scot/Publications/2017/03/7843 The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 10849. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Community Benefits requirements will be determined at each individual call-off contract. (SC Ref:540477)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000540477"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}