Tender

Software Value Added Reseller Services

SCOTTISH GOVERNMENT

This public procurement record has 1 release in its history.

Tender

21 Sep 2022 at 00:00

Summary of the contracting process

The Scottish Government, through the Collaborative Procurement Division, is procuring Software Value Added Reseller Services. The tender, titled "Software Value Added Reseller Services," is in the "active" stage and has a value of £200 million. The procurement method is an open procedure with a tender deadline of 25th October 2022. The buying organisation is based at 150 Broomielaw, Glasgow, and the delivery location is Scotland. The industry category is "General public services" and "Environmental protection."

This tender by the Scottish Government offers business growth opportunities for companies providing Software Value Added Reseller Services to the Scottish Public Sector and Third Sector organisations. Companies with expertise in software value-added reselling and the ability to meet the procurement criteria, including quality and pricing considerations, are well-suited to compete for this contract. The framework agreement has a contract period from 1st February 2023 to 31st January 2025, with options for two one-year extensions. Businesses with a focus on quality management systems and meeting the specified insurance requirements can leverage this tender to expand their market presence and contribute to sustainable procurement goals outlined by the Scottish Government.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Software Value Added Reseller Services

Notice Description

The Scottish Ministers through the Collaborative Procurement Division of the Scottish Government are seeking to establish a single supplier framework for Software Value Added Reseller Services for the Scottish Public Sector and Third Sector organisations. The duration of the framework agreement will be for two years with options to extend for two further twelve month periods. Please refer to section VI.3)Additional Information for eligible public bodies.

Lot Information

Lot 1

The framework agreement is for Software Value Added Reseller Services.

Renewal: Two one year extension options

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000701642
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP459579
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

48000000 - Software package and information systems

72253000 - Helpdesk and support services

72260000 - Software-related services

Notice Value(s)

Tender Value
£200,000,000 £100M-£1B
Lots Value
£200,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Sep 20223 years ago
Submission Deadline
25 Oct 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Feb 2023 - 31 Jan 2025 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SCOTTISH GOVERNMENT
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000701642-2022-09-21T00:00:00Z",
    "date": "2022-09-21T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000701642",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-8",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "150 Broomielaw",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G2 8LU"
            },
            "contactPoint": {
                "name": "Neil MacTavish",
                "email": "neil.mactavish@gov.scot",
                "url": "http://www.publictenderscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "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": "05",
                        "description": "Environmental protection",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.scotland.gov.uk"
            }
        },
        {
            "id": "org-9",
            "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"
            },
            "contactPoint": {
                "telephone": "+44 1312252525",
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Government",
        "id": "org-8"
    },
    "tender": {
        "id": "SP-21-034",
        "title": "Software Value Added Reseller Services",
        "description": "The Scottish Ministers through the Collaborative Procurement Division of the Scottish Government are seeking to establish a single supplier framework for Software Value Added Reseller Services for the Scottish Public Sector and Third Sector organisations. The duration of the framework agreement will be for two years with options to extend for two further twelve month periods. Please refer to section VI.3)Additional Information for eligible public bodies.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "72253000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72260000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Scotland"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 200000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2022-10-25T17:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2022-10-25T17:00:00Z"
        },
        "documents": [
            {
                "id": "SEP459579",
                "documentType": "contractNotice",
                "title": "Software Value Added Reseller Services",
                "description": "The Scottish Ministers through the Collaborative Procurement Division of the Scottish Government are seeking to establish a single supplier framework for Software Value Added Reseller Services for the Scottish Public Sector and Third Sector organisations. The duration of the framework agreement will be for two years with options to extend for two further twelve month periods. Please refer to section VI.3)Additional Information for eligible public bodies.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP459579",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The framework agreement is for Software Value Added Reseller Services.",
                "status": "active",
                "value": {
                    "amount": 200000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "30%"
                        },
                        {
                            "type": "price",
                            "description": "70%"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "startDate": "2023-02-01T00:00:00Z",
                    "endDate": "2025-01-31T00:00:00Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Two one year extension options"
                }
            }
        ],
        "bidOpening": {
            "date": "2022-10-25T17:00:00Z",
            "description": "Public Contracts Scotland Tender (PCS-T)"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "minimum": "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. 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. If the D&B Failure Risk Score is 50 or more you will receive a pass for this assessment. If the D&B Failure Risk Score is less than 50 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 and/or the level of failure risk after assessment of further information is considered to be too high, they may still be considered via some form of other assurance e.g. Parent Company Guarantee (providing parent has a failure risk score of 50 or more) or a performance bond. If this assessment identifies an unmanageable risk (i.e. it is unacceptable) the Tenderer will fail this assessment. SPD Statements 4B.5.1b and 4B.5.2: It is a requirement that tenderers hold or can commit to obtain prior to the commencement of any subsequently awarded contract the types of insurance indicated below: Public Liability Insurance in the sum of not less than 1,000,000 GBP, or such greater/other sum as may be agreed with the Framework Public Body; and; Professional Indemnity Insurance in the sum of not less than 1,000,000 GBP, or such greater/other sum as may be agreed with the Framework Public Body; and; Employer's Liability Insurance in the sum of not less than 5,000,000 GBP or in accordance with any legal obligation for the time being in force."
                },
                {
                    "type": "technical",
                    "minimum": "SPD Statement 4D.1: Tenderers will be required, by the framework commencement date, to have an effective Quality Management System in place; this may be demonstrated by accreditation to an applicable standard such as ISO 9001, or equivalent, or by submitting a copy of their own Quality Management System."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 270
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "classification": {
            "id": "48000000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2021/S 000-019227"
        }
    ],
    "description": "The framework agreement 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/ In addition to the previous publication concerning this procedure referenced above (Notice Number 2021/S 000-019227) another previous publication was issued (Notice Number 2022/S 000-009044). The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21932. 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: Social considerations will be taken into account in this procurement. See procurement documents. The successful Contractor is expected to work with the Authority to achieve, through the Contractor's performance of the Framework Agreement and its call-off contracts, sustainable procurement goals deriving from the Procurement Reform (Scotland) Act 2014 (the Act), the Scottish Government's Procurement Strategy and, as relevant, the Procurement Strategies of other Public Bodies using the Framework. In terms of the Act, Community Benefits include benefits in the form of: training and recruitment opportunities; the availability of sub-contracting opportunities and other benefits that improve the economic, social or environmental wellbeing within a public body's area whilst a contract is being performed. (SC Ref:701642)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000701642"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}