Notice Information
Notice Title
Telephony and Communication Services Dynamic Purchasing System
Notice Description
The Authority is establishing a collaborative Dynamic Purchasing System (DPS) for Telephony And Communication Services. The DPS will comprise of two lots: Lot 1 - Telephony and Communication Services Lot 2 - Enterprise Bundled Services
Lot Information
Telephony and Communication Services
Suppliers must complete the Single Procurement Document (SPD) Scotland and meet the minimum entry criteria, detailed within this Contract Notice, to be established on the DPS. Due to the wide and diverse nature of this lot, it is not possible to list all the types of services envisaged. However, some examples (non-exhaustive list) include; Provision of voice calls services & infrastructure, electronic billing services, broadband provision & services, Direct Dial-In (DDI) provision, traditional telephony including line rental including, telephony as a service, Public Switched Telephony Network (PSTN), Integrated Services Digital Network (ISDN), migration management support, paging services, non-geographic numbers, Directory Enquiries, Voice over Internet Protocol (VoIP), Session Initiation Protocol (SIP) trunks, point to point circuits, provision of Internet Protocol (IP) telephony, telephony software services, provision of telephony through a hosted or cloud based solution, call centre/contact centre, maintenance and support services, messaging services, unified communications, Intelligent Voice Response (IVR), automated call distribution, audio conferencing, web conferencing, video conferencing, webcasting, wi-fi services. Suppliers must have at least 12 months experience delivering the types of services within this lot. Please provide details about the services you can provide under this lot including at least 2 relevant case study examples from the last 3 years. Examples from public and/or private sector may be provided. Please try and be as clear and concise as possible and preferably within 2 sides of text on the relevant case study evidence form. Do not include hyperlinks or embed files to this response and ensure acronyms are explained in full. Note: at least two case study examples are required for each lot. A copy of the case study evidence form can be found at section 4C.1.2 of the Single Procurement Document (SPD) Scotland within Public Contracts Scotland - Tender (PCS-T). The form should be downloaded, populated with relevant case study examples and uploaded. Suppliers can apply for either or both lots. Suppliers should be aware there is not a requirement to provide all services within this lot, applications can be submitted for discrete elements of the services.. 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 36 months with an option for an additional 12 months
Enterprise Bundled ServicesSuppliers must complete the Single Procurement Document (SPD) Scotland and meet the minimum entry criteria detailed within this Contract Notice to be established on the DPS. The scope of this lot will include all services as detailed within Lot 1 and will also include mobile voice and data services. This lot will provide a one stop shop for organisations who wish to purchase all their telephony and communication solutions through a single procurement exercise. Mobile voice and data services can be procured via this lot but only as part of wider services from Lot 1 and cannot be procured as a standalone requirement. Suppliers must have at least 12 months experience delivering the services within this lot. Please provide details about the services you can provide under this lot including at least 2 relevant case study examples from the last 3 years. Examples from public and/or private sector may be provided. Please note that suppliers are required to demonstrate case study evidence of providing bundled services. This evidence should include mobile voice and data services in addition to some, or all, of the services within Lot 1 as single project/procurement. Please try and be as clear and concise as possible and preferably within 2 sides of text on the relevant case study evidence form. Do not include hyperlinks or embed files to this response and ensure acronyms are explained in full. Note: at least two case study examples are required for each lot. A copy of the case study evidence form can be found at section 4C.1.2 of the Single Procurement Document (SPD) Scotland document within Public Contracts Scotland - Tender (PCS-T). The form should be downloaded, populated with relevant case study examples and uploaded. Suppliers can apply for either or both lots.. 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 36 months with an option for an additional 12 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000672959
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB441070
- 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
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
64 - Postal and telecommunications services
71 - Architectural, construction, engineering and inspection 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
32250000 - Mobile telephones
32252000 - GSM telephones
32252100 - Hands-free mobile telephones
32321200 - Audio-visual equipment
32342100 - Headphones
32342200 - Earphones
32342440 - Voice-mail system
32344100 - Portable receivers for calling and paging
32351000 - Accessories for sound and video equipment
32400000 - Networks
32410000 - Local area network
32420000 - Network equipment
32430000 - Wide area network
32500000 - Telecommunications equipment and supplies
32510000 - Wireless telecommunications system
32520000 - Telecommunications cable and equipment
32530000 - Satellite-related communications equipment
32540000 - Switchboards
32550000 - Telephone equipment
45314200 - Installation of telephone lines
48200000 - Networking, Internet and intranet software package
48214000 - Network operating system software package
48219100 - Gateway software package
48219500 - Switch or router software package
48219700 - Communications server software package
48219800 - Bridge software package
48314000 - Voice recognition software package
48316000 - Presentation software package
48500000 - Communication and multimedia software package
48510000 - Communication software package
48821000 - Network servers
48900000 - Miscellaneous software package and computer systems
50312300 - Maintenance and repair of data network equipment
50330000 - Maintenance services of telecommunications equipment
51300000 - Installation services of communications equipment
51340000 - Installation services of line telephony equipment
64200000 - Telecommunications services
64212000 - Mobile-telephone 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
64216000 - Electronic message and information services
64222000 - Teleworking services
64223000 - Paging services
64224000 - Teleconferencing services
64226000 - Telematics services
64227000 - Integrated telecommunications services
71316000 - Telecommunication consultancy services
72315000 - Data network management and support services
72710000 - Local area network services
72720000 - Wide area network services
79510000 - Telephone-answering services
79511000 - Telephone operator services
79512000 - Call centre
Notice Value(s)
- Tender Value
- £12,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 17 Feb 20224 years ago
- Submission Deadline
- 28 Mar 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- March 2026
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
- Geri Bradley
- Contact Email
- geri.bradley@gov.scot
- Contact Phone
- +44 7917497741
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 8EA
- 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=FEB441070
Telephony and Communication Services Dynamic Purchasing System - The Authority is establishing a collaborative Dynamic Purchasing System (DPS) for Telephony And Communication Services. The DPS will comprise of two lots: Lot 1 - Telephony and Communication Services Lot 2 - Enterprise Bundled Services
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-r6ebe6-0000672959-2022-02-17T00:00:00Z",
"date": "2022-02-17T00:00:00Z",
"ocid": "ocds-r6ebe6-0000672959",
"initiationType": "tender",
"parties": [
{
"id": "org-1",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "4 Atlantic Quay, 70 York St",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G2 8EA"
},
"contactPoint": {
"name": "Geri Bradley",
"email": "Geri.Bradley@gov.scot",
"telephone": "+44 7917497741",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody",
"mediationBody",
"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"
},
{
"id": "Public Health Consultation Analysis",
"scheme": "COFOG"
}
],
"url": "http://www.scotland.gov.uk"
}
},
{
"id": "org-16",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"locality": "Edinburgh"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Scottish Government",
"id": "org-1"
},
"tender": {
"id": "SP-21-039",
"title": "Telephony and Communication Services Dynamic Purchasing System",
"description": "The Authority is establishing a collaborative Dynamic Purchasing System (DPS) for Telephony And Communication Services. The DPS will comprise of two lots: Lot 1 - Telephony and Communication Services Lot 2 - Enterprise Bundled Services",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "32321200",
"scheme": "CPV"
},
{
"id": "32342100",
"scheme": "CPV"
},
{
"id": "32342200",
"scheme": "CPV"
},
{
"id": "32342440",
"scheme": "CPV"
},
{
"id": "32344100",
"scheme": "CPV"
},
{
"id": "32351000",
"scheme": "CPV"
},
{
"id": "32400000",
"scheme": "CPV"
},
{
"id": "32410000",
"scheme": "CPV"
},
{
"id": "32420000",
"scheme": "CPV"
},
{
"id": "32430000",
"scheme": "CPV"
},
{
"id": "32500000",
"scheme": "CPV"
},
{
"id": "32510000",
"scheme": "CPV"
},
{
"id": "32520000",
"scheme": "CPV"
},
{
"id": "32540000",
"scheme": "CPV"
},
{
"id": "32550000",
"scheme": "CPV"
},
{
"id": "45314200",
"scheme": "CPV"
},
{
"id": "48200000",
"scheme": "CPV"
},
{
"id": "48214000",
"scheme": "CPV"
},
{
"id": "48219100",
"scheme": "CPV"
},
{
"id": "48219500",
"scheme": "CPV"
},
{
"id": "48219700",
"scheme": "CPV"
},
{
"id": "48219800",
"scheme": "CPV"
},
{
"id": "48314000",
"scheme": "CPV"
},
{
"id": "48316000",
"scheme": "CPV"
},
{
"id": "48500000",
"scheme": "CPV"
},
{
"id": "48510000",
"scheme": "CPV"
},
{
"id": "48821000",
"scheme": "CPV"
},
{
"id": "48900000",
"scheme": "CPV"
},
{
"id": "50312300",
"scheme": "CPV"
},
{
"id": "50330000",
"scheme": "CPV"
},
{
"id": "51300000",
"scheme": "CPV"
},
{
"id": "51340000",
"scheme": "CPV"
},
{
"id": "64213000",
"scheme": "CPV"
},
{
"id": "64214000",
"scheme": "CPV"
},
{
"id": "64214200",
"scheme": "CPV"
},
{
"id": "64214400",
"scheme": "CPV"
},
{
"id": "64215000",
"scheme": "CPV"
},
{
"id": "64216000",
"scheme": "CPV"
},
{
"id": "64222000",
"scheme": "CPV"
},
{
"id": "64223000",
"scheme": "CPV"
},
{
"id": "64224000",
"scheme": "CPV"
},
{
"id": "64226000",
"scheme": "CPV"
},
{
"id": "64227000",
"scheme": "CPV"
},
{
"id": "71316000",
"scheme": "CPV"
},
{
"id": "72315000",
"scheme": "CPV"
},
{
"id": "72710000",
"scheme": "CPV"
},
{
"id": "72720000",
"scheme": "CPV"
},
{
"id": "79510000",
"scheme": "CPV"
},
{
"id": "79511000",
"scheme": "CPV"
},
{
"id": "79512000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "31712112",
"scheme": "CPV"
},
{
"id": "32250000",
"scheme": "CPV"
},
{
"id": "32252000",
"scheme": "CPV"
},
{
"id": "32252100",
"scheme": "CPV"
},
{
"id": "32321200",
"scheme": "CPV"
},
{
"id": "32342100",
"scheme": "CPV"
},
{
"id": "32342200",
"scheme": "CPV"
},
{
"id": "32342440",
"scheme": "CPV"
},
{
"id": "32344100",
"scheme": "CPV"
},
{
"id": "32351000",
"scheme": "CPV"
},
{
"id": "32400000",
"scheme": "CPV"
},
{
"id": "32410000",
"scheme": "CPV"
},
{
"id": "32420000",
"scheme": "CPV"
},
{
"id": "32430000",
"scheme": "CPV"
},
{
"id": "32500000",
"scheme": "CPV"
},
{
"id": "32510000",
"scheme": "CPV"
},
{
"id": "32520000",
"scheme": "CPV"
},
{
"id": "32530000",
"scheme": "CPV"
},
{
"id": "32540000",
"scheme": "CPV"
},
{
"id": "32550000",
"scheme": "CPV"
},
{
"id": "45314200",
"scheme": "CPV"
},
{
"id": "48214000",
"scheme": "CPV"
},
{
"id": "48219100",
"scheme": "CPV"
},
{
"id": "48219500",
"scheme": "CPV"
},
{
"id": "48219700",
"scheme": "CPV"
},
{
"id": "48219800",
"scheme": "CPV"
},
{
"id": "48314000",
"scheme": "CPV"
},
{
"id": "48316000",
"scheme": "CPV"
},
{
"id": "48500000",
"scheme": "CPV"
},
{
"id": "48510000",
"scheme": "CPV"
},
{
"id": "48821000",
"scheme": "CPV"
},
{
"id": "48900000",
"scheme": "CPV"
},
{
"id": "50312300",
"scheme": "CPV"
},
{
"id": "50330000",
"scheme": "CPV"
},
{
"id": "51300000",
"scheme": "CPV"
},
{
"id": "51340000",
"scheme": "CPV"
},
{
"id": "64212000",
"scheme": "CPV"
},
{
"id": "64213000",
"scheme": "CPV"
},
{
"id": "64214000",
"scheme": "CPV"
},
{
"id": "64214200",
"scheme": "CPV"
},
{
"id": "64214400",
"scheme": "CPV"
},
{
"id": "64215000",
"scheme": "CPV"
},
{
"id": "64216000",
"scheme": "CPV"
},
{
"id": "64222000",
"scheme": "CPV"
},
{
"id": "64223000",
"scheme": "CPV"
},
{
"id": "64224000",
"scheme": "CPV"
},
{
"id": "64226000",
"scheme": "CPV"
},
{
"id": "64227000",
"scheme": "CPV"
},
{
"id": "71316000",
"scheme": "CPV"
},
{
"id": "72315000",
"scheme": "CPV"
},
{
"id": "72710000",
"scheme": "CPV"
},
{
"id": "72720000",
"scheme": "CPV"
},
{
"id": "79510000",
"scheme": "CPV"
},
{
"id": "79511000",
"scheme": "CPV"
},
{
"id": "79512000",
"scheme": "CPV"
},
{
"id": "48200000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "2"
}
],
"value": {
"amount": 12000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2025-03-28T12:00:00Z"
},
"documents": [
{
"id": "FEB441070",
"documentType": "contractNotice",
"title": "Telephony and Communication Services Dynamic Purchasing System",
"description": "The Authority is establishing a collaborative Dynamic Purchasing System (DPS) for Telephony And Communication Services. The DPS will comprise of two lots: Lot 1 - Telephony and Communication Services Lot 2 - Enterprise Bundled Services",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB441070",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Telephony and Communication Services",
"description": "Suppliers must complete the Single Procurement Document (SPD) Scotland and meet the minimum entry criteria, detailed within this Contract Notice, to be established on the DPS. Due to the wide and diverse nature of this lot, it is not possible to list all the types of services envisaged. However, some examples (non-exhaustive list) include; Provision of voice calls services & infrastructure, electronic billing services, broadband provision & services, Direct Dial-In (DDI) provision, traditional telephony including line rental including, telephony as a service, Public Switched Telephony Network (PSTN), Integrated Services Digital Network (ISDN), migration management support, paging services, non-geographic numbers, Directory Enquiries, Voice over Internet Protocol (VoIP), Session Initiation Protocol (SIP) trunks, point to point circuits, provision of Internet Protocol (IP) telephony, telephony software services, provision of telephony through a hosted or cloud based solution, call centre/contact centre, maintenance and support services, messaging services, unified communications, Intelligent Voice Response (IVR), automated call distribution, audio conferencing, web conferencing, video conferencing, webcasting, wi-fi services. Suppliers must have at least 12 months experience delivering the types of services within this lot. Please provide details about the services you can provide under this lot including at least 2 relevant case study examples from the last 3 years. Examples from public and/or private sector may be provided. Please try and be as clear and concise as possible and preferably within 2 sides of text on the relevant case study evidence form. Do not include hyperlinks or embed files to this response and ensure acronyms are explained in full. Note: at least two case study examples are required for each lot. A copy of the case study evidence form can be found at section 4C.1.2 of the Single Procurement Document (SPD) Scotland within Public Contracts Scotland - Tender (PCS-T). The form should be downloaded, populated with relevant case study examples and uploaded. Suppliers can apply for either or both lots. Suppliers should be aware there is not a requirement to provide all services within this lot, applications can be submitted for discrete elements of the services.. 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",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical Weighting",
"description": "40-80%"
},
{
"type": "price",
"description": "20-60%"
}
]
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "An initial period of 36 months with an option for an additional 12 months"
}
},
{
"id": "2",
"title": "Enterprise Bundled Services",
"description": "Suppliers must complete the Single Procurement Document (SPD) Scotland and meet the minimum entry criteria detailed within this Contract Notice to be established on the DPS. The scope of this lot will include all services as detailed within Lot 1 and will also include mobile voice and data services. This lot will provide a one stop shop for organisations who wish to purchase all their telephony and communication solutions through a single procurement exercise. Mobile voice and data services can be procured via this lot but only as part of wider services from Lot 1 and cannot be procured as a standalone requirement. Suppliers must have at least 12 months experience delivering the services within this lot. Please provide details about the services you can provide under this lot including at least 2 relevant case study examples from the last 3 years. Examples from public and/or private sector may be provided. Please note that suppliers are required to demonstrate case study evidence of providing bundled services. This evidence should include mobile voice and data services in addition to some, or all, of the services within Lot 1 as single project/procurement. Please try and be as clear and concise as possible and preferably within 2 sides of text on the relevant case study evidence form. Do not include hyperlinks or embed files to this response and ensure acronyms are explained in full. Note: at least two case study examples are required for each lot. A copy of the case study evidence form can be found at section 4C.1.2 of the Single Procurement Document (SPD) Scotland document within Public Contracts Scotland - Tender (PCS-T). The form should be downloaded, populated with relevant case study examples and uploaded. Suppliers can apply for either or both lots.. 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",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"description": "40-80%"
},
{
"type": "price",
"description": "20-60%"
}
]
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "An initial period of 36 months with an option for an additional 12 months."
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"secondStage": {
"invitationDate": "2025-03-28T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "It is a requirement of this DPS that suppliers hold or can commit to obtain prior to being established on the DPS, the types of insurance indicated below: Employer's (Compulsory) Liability Insurance = in accordance with any legal obligation for the time being in force. Public Liability insurance of Minimum GBP 1M Professional Indemnity insurance of Minimum GBP 1M Suppliers 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 of the SPD. Overseas and non-UK suppliers will be required to submit a certificate of tax compliance obtained from the country in which they are a resident for tax purposes."
},
{
"type": "technical",
"description": "To gain entry to the DPS, it is mandatory that suppliers hold a suitable third party Cyber Security accreditation e.g. Cyber Essentials, Cyber Essentials Plus, ISO 27001:2013, IASME Gold or are able to provide evidence of equivalency as part of their application. Failure to confirm that a suitable third party accreditation is held (or failure to provide suitable evidence of equivalency) will result in suppliers not gaining entry to the DPS. The response to the Cyber Security question should be provided at section 2.4 within PCS-T."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"techniques": {
"hasDynamicPurchasingSystem": true,
"dynamicPurchasingSystem": {
"type": "open"
}
},
"classification": {
"id": "64200000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "March 2026"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2021/S 000-019359"
}
],
"description": "Please note within PCS-T there are mandatory questions relating to Fair Work and Cyber Security. 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 within each lot description. The DPS will be open to entrants throughout its life who meet the minimum criteria. Suppliers should note that buying organisations may incorporate a preferred bidder stage in their invitation to tender process to allow them to carry out appropriate due diligence on the preferred supplier. 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 SPD to the Authority within 5 working days of request being issued. There will be an ongoing requirement for suppliers to provide management information on call-off contracts awarded under this DPS. The DPS 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 Office for the Secretary of State for Scotland, the Scottish Parliamentary Corporate Body, councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994, , bodies registered as social landlords under the Housing (Scotland) Act 2001, Scottish health boards or special health boards, Student Loans Company Limited, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Scottish Futures Trust, 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 framework agreement 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 agencies of the Scottish Ministers ,Scottish Non-Departmental Public Bodies and offices in the Scottish Administration which are not ministerial offices are listed at http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies Overview of the governance structure of public procurement for Scotland, including the Public Procurement Group. https://www.gov.scot/publications/public-procurement-governance/ Community Benefits requirements will be determined at each individual call-off contract. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 20254. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ 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:672959)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000672959"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}