Tender

Digital Technology and Cyber Services Dynamic Purchasing System

SCOTTISH GOVERNMENT

This public procurement record has 1 release in its history.

Tender

01 Mar 2023 at 00:00

Summary of the contracting process

The Scottish Government is establishing a collaborative Dynamic Purchasing System (DPS) for Digital Technology and Cyber Services in Glasgow, UK. The DPS offers a straightforward route to market for all Scottish public sector organisations, covering Digital Technology Projects and Services, Digital Technology Resources, Digital Training Services, and Cyber Security Services. The DPS allows new applicants throughout its lifetime and follows a selective procurement method with a tender period ending on 31st March 2027.

This tender for Digital Technology and Cyber Services creates opportunities for businesses in services category to support digital technology projects, provide ICT training services, or deliver cyber security services. Businesses with expertise in digital services, cyber security, ICT training, or technology resources are suited to compete. The Scottish Government as the buying organisation enables access to various public sector bodies for potential contract opportunities on a dynamic purchasing system basis.

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

Digital Technology and Cyber Services Dynamic Purchasing System

Notice Description

The Scottish Government is establishing a collaborative Dynamic Purchasing System (DPS) for Digital Technology and Cyber Services. A key objective of this DPS is to offer a straightforward, flexible route to market for all Scottish public sector organisations with a requirement for digital technology and cyber services across four lots: - Digital Technology Projects and Services - Digital Technology Resources - Digital Training Services - Cyber Security Services Potential participants must complete the SPD (Single Procurement Document) and meet the minimum entry criteria to participate on the DPS. For details of public sector organisations who can access the DPS please see section (VI.3 Additional Information). The Digital Technology and Cyber Services DPS will be open for new applicants throughout its lifetime.

Lot Information

Cyber Security Services

Cyber Security Services Lot will provide cyber security services and resources that will aim to support digital and cyber resilience for public bodies. The nature of services and resources typically required is diverse and some examples (non-exhaustive list) are; Cyber Security Specialists, Cyber Security services such as:- Penetration Testing, Cyber Security training and Assessment, Security Architecture Services, Risk Assessment and Management Services, Audit Review & Compliance, Incident Management & Response, Security Testing and Digital Forensics. The scope of this Lot will focus on the supply of services and resources assisting the delivery of cyber resilience. Cyber resilience services and resources will also likely involve: providing expert advice; recommendations; training; or systems testing and assessment. To assess your suitability for Lot 4 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Cyber Security Services similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted. Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only. 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.

Digital Training Services

The Digital Training Services Lot will provide 3rd party ICT training services and support for Public Bodies. The nature of services and resources typically required is diverse and some examples (non-exhaustive list) are; off the shelf ICT training courses such as PRINCE2, Agile, Lean, etc. This could also include bespoke ICT training development for internal systems or an end to end service such as training requirements gathering, training strategy development and implementation. Individual trainers and training services such as "train the trainer" or Agile coaching are also included in scope. The services can be delivered in a classroom setting or remotely depending on the requirements. Training services or courses not related to ICT or Digital Technology are out of scope of this DPS. To assess your suitability for Lot 3 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Digital Training Services similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted. Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only. 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.

Digital Technology Resources

The Digital Technology Resources Lot will provide resource skills and expertise in support of digital technology projects or services provided by Public Bodies. Resources will typically assist with the delivery of digital technology requirements and will be commissioned to deliver specific objectives and tasks. The nature of digital technology resources typically required is diverse and some examples (non-exhaustive list) are; digital specialists, project & programme managers, user researcher, digital service design, business analysts, system designer, solutions architect, data architect, data modeller, product manager, systems developer, quality assurance analyst, web operations engineer, senior software engineer, network engineers/specialists, infrastructure engineers, test engineers data and analytics specialists and data scientists. To assess your suitability for Lot 2 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Digital Technology Resources similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted. Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only. 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.

Digital Technology Projects and Services

This Digital Technology Projects and Services Lot will provide 3rd party supplier delivery and support for digital technology services for Public Bodies. Typically these digital technology projects or services will have known outcomes, objectives; deliverables; milestones and identified methodologies (e.g. agile and PRINCE2). Digital technology projects can be delivered in grouped or isolated phases including an end to end transformation of digital services from strategy/business need development right through to retire/exit or for ad-hoc requirements as part of a wider programme or project. These digital technology projects often need expertise to assist organisations to help develop and deliver specific pieces of work on a service, programme or project. Whilst not all digital projects use agile there is a growing use of the individual phases; Discovery, Alpha, Beta and Live. Suppliers may be be asked to undertake the end to end project or the independent phases. Due to the wide and diverse nature of Digital Technology Projects and Services, it is not possible to list all the types envisaged - but some examples are; Integration Services, Managed ICT Services, ICT Support, Digital transformation projects, digital/on-line services, software and infrastructure engineering, user research, content design, service design, user experience, testing and auditing, training, service delivery/support, enablement services, server and infrastructure maintenance services, data analytics/services and Data science projects. To assess your suitability for Lot 1 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Digital Technology Projects and Services similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted. Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only. 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.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000722635
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR472527
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

48 - Software package and information systems

50 - Repair and maintenance services

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

80 - Education and training services


CPV Codes

48200000 - Networking, Internet and intranet software package

48730000 - Security software package

48731000 - File security software package

48732000 - Data security software package

48800000 - Information systems and servers

48900000 - Miscellaneous software package and computer systems

50312100 - Maintenance and repair of mainframe computers

50323000 - Maintenance and repair of computer peripherals

64200000 - Telecommunications services

71242000 - Project and design preparation, estimation of costs

71316000 - Telecommunication consultancy services

72000000 - IT services: consulting, software development, Internet and support

72211000 - Programming services of systems and user software

72212000 - Programming services of application software

72212931 - Training software development services

72221000 - Business analysis consultancy services

72224000 - Project management consultancy services

72224100 - System implementation planning services

72230000 - Custom software development services

72232000 - Development of transaction processing and custom software

72243000 - Programming services

72260000 - Software-related services

72267000 - Software maintenance and repair services

72300000 - Data services

72400000 - Internet services

72500000 - Computer-related services

72590000 - Computer-related professional services

72600000 - Computer support and consultancy services

72610000 - Computer support services

72800000 - Computer audit and testing services

79421200 - Project-design services other than for construction work

80500000 - Training services

80531200 - Technical training services

80533000 - Computer-user familiarisation and training services

80533100 - Computer training services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Mar 20232 years ago
Submission Deadline
31 Mar 20272 years to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
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
Dawn Swan
Contact Email
dawn.swan@gov.scot
Contact Phone
+44 1412425595

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=MAR472527
    Digital Technology and Cyber Services Dynamic Purchasing System - The Scottish Government is establishing a collaborative Dynamic Purchasing System (DPS) for Digital Technology and Cyber Services. A key objective of this DPS is to offer a straightforward, flexible route to market for all Scottish public sector organisations with a requirement for digital technology and cyber services across four lots: - Digital Technology Projects and Services - Digital Technology Resources - Digital Training Services - Cyber Security Services Potential participants must complete the SPD (Single Procurement Document) and meet the minimum entry criteria to participate on the DPS. For details of public sector organisations who can access the DPS please see section (VI.3 Additional Information). The Digital Technology and Cyber Services DPS will be open for new applicants throughout its lifetime.

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-r6ebe6-0000722635-2023-03-01T00:00:00Z",
    "date": "2023-03-01T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000722635",
    "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": "Dawn Swan",
                "email": "dawn.swan@gov.scot",
                "telephone": "+44 1412425595",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "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": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "http://www.scotland.gov.uk"
            }
        },
        {
            "id": "org-57",
            "name": "Sheriff Court",
            "identifier": {
                "legalName": "Sheriff Court"
            },
            "address": {
                "locality": "Selkirk"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Government",
        "id": "org-39"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000722635",
        "title": "Digital Technology and Cyber Services Dynamic Purchasing System",
        "description": "The Scottish Government is establishing a collaborative Dynamic Purchasing System (DPS) for Digital Technology and Cyber Services. A key objective of this DPS is to offer a straightforward, flexible route to market for all Scottish public sector organisations with a requirement for digital technology and cyber services across four lots: - Digital Technology Projects and Services - Digital Technology Resources - Digital Training Services - Cyber Security Services Potential participants must complete the SPD (Single Procurement Document) and meet the minimum entry criteria to participate on the DPS. For details of public sector organisations who can access the DPS please see section (VI.3 Additional Information). The Digital Technology and Cyber Services DPS will be open for new applicants throughout its lifetime.",
        "status": "active",
        "items": [
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "id": "72000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "72212931",
                        "scheme": "CPV"
                    },
                    {
                        "id": "80500000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "80531200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "80533000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "80533100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "72000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "64200000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71242000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71316000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72224000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72224100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "79421200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "72224000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72230000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72232000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72260000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72211000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72212000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72243000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72221000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72300000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72400000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72500000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72590000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72600000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72800000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "48200000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "48800000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "48900000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "48730000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "48731000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "48732000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50312100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50323000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72267000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72610000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2027-03-31T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAR472527",
                "documentType": "contractNotice",
                "title": "Digital Technology and Cyber Services Dynamic Purchasing System",
                "description": "The Scottish Government is establishing a collaborative Dynamic Purchasing System (DPS) for Digital Technology and Cyber Services. A key objective of this DPS is to offer a straightforward, flexible route to market for all Scottish public sector organisations with a requirement for digital technology and cyber services across four lots: - Digital Technology Projects and Services - Digital Technology Resources - Digital Training Services - Cyber Security Services Potential participants must complete the SPD (Single Procurement Document) and meet the minimum entry criteria to participate on the DPS. For details of public sector organisations who can access the DPS please see section (VI.3 Additional Information). The Digital Technology and Cyber Services DPS will be open for new applicants throughout its lifetime.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR472527",
                "format": "text/html"
            },
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "lots": [
            {
                "id": "4",
                "title": "Cyber Security Services",
                "description": "Cyber Security Services Lot will provide cyber security services and resources that will aim to support digital and cyber resilience for public bodies. The nature of services and resources typically required is diverse and some examples (non-exhaustive list) are; Cyber Security Specialists, Cyber Security services such as:- Penetration Testing, Cyber Security training and Assessment, Security Architecture Services, Risk Assessment and Management Services, Audit Review & Compliance, Incident Management & Response, Security Testing and Digital Forensics. The scope of this Lot will focus on the supply of services and resources assisting the delivery of cyber resilience. Cyber resilience services and resources will also likely involve: providing expert advice; recommendations; training; or systems testing and assessment. To assess your suitability for Lot 4 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Cyber Security Services similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted. Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only. 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.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "40 - 80 %"
                        },
                        {
                            "type": "price",
                            "description": "20 - 60 %"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 20
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "3",
                "title": "Digital Training Services",
                "description": "The Digital Training Services Lot will provide 3rd party ICT training services and support for Public Bodies. The nature of services and resources typically required is diverse and some examples (non-exhaustive list) are; off the shelf ICT training courses such as PRINCE2, Agile, Lean, etc. This could also include bespoke ICT training development for internal systems or an end to end service such as training requirements gathering, training strategy development and implementation. Individual trainers and training services such as \"train the trainer\" or Agile coaching are also included in scope. The services can be delivered in a classroom setting or remotely depending on the requirements. Training services or courses not related to ICT or Digital Technology are out of scope of this DPS. To assess your suitability for Lot 3 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Digital Training Services similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted. Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only. 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.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "40 - 80 %"
                        },
                        {
                            "type": "price",
                            "description": "20 - 60 %"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 20
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "2",
                "title": "Digital Technology Resources",
                "description": "The Digital Technology Resources Lot will provide resource skills and expertise in support of digital technology projects or services provided by Public Bodies. Resources will typically assist with the delivery of digital technology requirements and will be commissioned to deliver specific objectives and tasks. The nature of digital technology resources typically required is diverse and some examples (non-exhaustive list) are; digital specialists, project & programme managers, user researcher, digital service design, business analysts, system designer, solutions architect, data architect, data modeller, product manager, systems developer, quality assurance analyst, web operations engineer, senior software engineer, network engineers/specialists, infrastructure engineers, test engineers data and analytics specialists and data scientists. To assess your suitability for Lot 2 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Digital Technology Resources similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted. Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only. 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.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "40 - 80 %"
                        },
                        {
                            "type": "price",
                            "description": "20 - 60 %"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 50
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "1",
                "title": "Digital Technology Projects and Services",
                "description": "This Digital Technology Projects and Services Lot will provide 3rd party supplier delivery and support for digital technology services for Public Bodies. Typically these digital technology projects or services will have known outcomes, objectives; deliverables; milestones and identified methodologies (e.g. agile and PRINCE2). Digital technology projects can be delivered in grouped or isolated phases including an end to end transformation of digital services from strategy/business need development right through to retire/exit or for ad-hoc requirements as part of a wider programme or project. These digital technology projects often need expertise to assist organisations to help develop and deliver specific pieces of work on a service, programme or project. Whilst not all digital projects use agile there is a growing use of the individual phases; Discovery, Alpha, Beta and Live. Suppliers may be be asked to undertake the end to end project or the independent phases. Due to the wide and diverse nature of Digital Technology Projects and Services, it is not possible to list all the types envisaged - but some examples are; Integration Services, Managed ICT Services, ICT Support, Digital transformation projects, digital/on-line services, software and infrastructure engineering, user research, content design, service design, user experience, testing and auditing, training, service delivery/support, enablement services, server and infrastructure maintenance services, data analytics/services and Data science projects. To assess your suitability for Lot 1 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Digital Technology Projects and Services similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted. Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only. 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.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "40 - 80 %"
                        },
                        {
                            "type": "price",
                            "description": "20 - 60 %"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 50
                },
                "selectionCriteria": {
                    "description": "There is no maximum limit to the number of candidates in a dynamic purchasing system"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "There will be an ongoing requirement to provide management information on the call-off contracts awarded through the DPS."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2027-03-31T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Applicants 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 & 3 of the SPD. 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 has the right to request evidence that entry criteria is still valid at any point during the lifecycle 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. Approved suppliers will be asked to confirm their details annually on the anniversary of the implementation of the DPS. It is a requirement of this DPS that suppliers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance as a minimum indicated below in accordance with any legal obligation for the time being in force: Public Liability insurance of Minimum GBP 1M Employers Liability insurance of Minimum GBP 5M Professional Indemnity insurance of Minimum GBP 1M Project specific insurance levels will be issued alongside the tender documentation at call-off stage. 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 DPS 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 Scottish Public Bodies is available at: http://www.scotland.gov.uk/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.scotland.gov.uk/Topics/Government/Procurement"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "techniques": {
            "hasDynamicPurchasingSystem": true,
            "dynamicPurchasingSystem": {
                "type": "open"
            }
        },
        "classification": {
            "id": "72000000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2022/S 000-031304"
        }
    ],
    "description": "Please note there is a Technical Envelope within PCS-Tender regarding both Fair Work and Cyber Security. Your responses are required for information purposes and are not part of the selection criteria. Applications will not be accepted via the PCS-T system unless you complete this Envelope. Organisations who use the DPS for call-offs will issue them electronically through PCS-Tender. Many organisations use PCS-Tender, however for those organisations who do not use PCS-Tender, alternative electronic routes may also be used and are acceptable. We envisage the value of call off contracts to range from thousands to multi millions however no form of volume guarantee has been granted by the Authority. All participants awarded a place on a Lot on the DPS will be invited to all contract opportunities within the 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. This dynamic purchasing system supports national digital policies and frameworks such as: Digital First Service Standard - https://resources.mygov.scot/standards/digital-first/ Scotland's Digital Future: High Level Operating Framework - http://www.gov.scot/Resource/0048/00482416.pdf Participants should be aware there is not a requirement to bid for all lots or provide all services under each Lot. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 23070. 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: The Scottish Government is committed to contributing to the social, economic and environmental well-being of the people of Scotland, in order to create a more successful country, with opportunities for all of Scotland to flourish, through increasing sustainable economic growth. (SC Ref:722635)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000722635"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}