Tender

Web Based & Proprietary Device Framework

SCOTTISH GOVERNMENT

This public procurement record has 1 release in its history.

Tender

07 Sep 2023 at 00:00

Summary of the contracting process

The Scottish Government is seeking to appoint a single supplier for a national collaborative framework arrangement for the provision of Web Based and Proprietary Devices and associated services. The procurement stage is currently active with a tender deadline set for 12th October 2023. The total value of the procurement contract is £100,000,000. The procurement method is an open procedure. The buying organisation is the Scottish Government located in Glasgow, Scotland. The industry category is goods.

This tender for Web Based & Proprietary Device Framework offers opportunities for businesses involved in Web Based and Proprietary Devices and associated services. Businesses suited to compete in this tender include providers of technology hardware, software, and related services. The contract period is initially for 36 months with the option to extend for a further 12 months. Businesses should possess relevant certifications such as Cyber Essentials Plus and demonstrate prompt payment practices in the supply chain. The procurement aims to support community benefits initiatives such as targeted recruitment and training, equality and diversity measures, subcontracting opportunities for SMEs, and social enterprise promotion.

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

Web Based & Proprietary Device Framework

Notice Description

Scottish Ministers are seeking to appoint a single supplier for a national collaborative framework arrangement for the provision of Web Based and Proprietary Devices and associated services.

Lot Information

Lot 1

Scottish Procurement has a requirement for the provision of Web Based and Proprietary Device and associated services to the Scottish Public Sector. The new framework will build on the success of the current framework and will cover the provision of Web Based devices, Proprietary devices, Thin Client devices, Open Source Tablet devices, Mobile Handset Devices (excluding connectivity) and wearable devices plus associated services including but not limited to storage, deployment and pre/post sales technical support. Documents can be found at: https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for the following ITT:51462 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 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 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 Scottish Public Bodies is available at: https://www.gov.scot/policies/public-bodies/ Information about the Review of Public Procurement in Scotland and links to the other Centres of Expertise are available at: https://www.gov.scot/policies/public-sector-procurement/

Renewal: The initial duration of the framework agreement will be 36 months with the option to extend for a further 12 months.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000740751
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP487776
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

30 - Office and computing machinery, equipment and supplies except furniture and software packages

32 - Radio, television, communication, telecommunication and related equipment

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


CPV Codes

30200000 - Computer equipment and supplies

30213100 - Portable computers

30213200 - Tablet computer

30213300 - Desktop computer

30214000 - Workstations

30231000 - Computer screens and consoles

30231100 - Computer terminals

30237000 - Parts, accessories and supplies for computers

32250000 - Mobile telephones

72416000 - Application service providers

72500000 - Computer-related services

Notice Value(s)

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

Notice Dates

Publication Date
7 Sep 20232 years ago
Submission Deadline
12 Oct 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
4 years

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
Not specified
Contact Email
spoeprocurement@scotland.gsi.gov.uk
Contact Phone
+44 1412425466

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

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-r6ebe6-0000740751-2023-09-07T00:00:00Z",
    "date": "2023-09-07T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000740751",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-3",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "5 Atlantic Quay, 150 Broomielaw",
                "locality": "Glasgow",
                "postalCode": "G2 8LU"
            },
            "contactPoint": {
                "email": "SPOEprocurement@scotland.gsi.gov.uk",
                "telephone": "+44 1412425466",
                "url": "http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries"
            },
            "roles": [
                "mediationBody",
                "reviewContactPoint",
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
                        "scheme": "TED_CA_TYPE"
                    }
                ]
            }
        },
        {
            "id": "org-32",
            "name": "Edinburgh Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Government",
        "id": "org-3"
    },
    "tender": {
        "id": "SP-22-020",
        "title": "Web Based & Proprietary Device Framework",
        "description": "Scottish Ministers are seeking to appoint a single supplier for a national collaborative framework arrangement for the provision of Web Based and Proprietary Devices and associated services.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "72500000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "30213100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "30213200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "30231100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "30237000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "30214000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "32250000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "30213300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "30231000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72416000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 100000000,
            "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": "2023-10-12T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2023-10-12T12:30:00Z"
        },
        "documents": [
            {
                "id": "SEP487776",
                "documentType": "contractNotice",
                "title": "Web Based & Proprietary Device Framework",
                "description": "Scottish Ministers are seeking to appoint a single supplier for a national collaborative framework arrangement for the provision of Web Based and Proprietary Devices and associated services.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP487776",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Scottish Procurement has a requirement for the provision of Web Based and Proprietary Device and associated services to the Scottish Public Sector. The new framework will build on the success of the current framework and will cover the provision of Web Based devices, Proprietary devices, Thin Client devices, Open Source Tablet devices, Mobile Handset Devices (excluding connectivity) and wearable devices plus associated services including but not limited to storage, deployment and pre/post sales technical support. Documents can be found at: https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for the following ITT:51462 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 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 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 Scottish Public Bodies is available at: https://www.gov.scot/policies/public-bodies/ Information about the Review of Public Procurement in Scotland and links to the other Centres of Expertise are available at: https://www.gov.scot/policies/public-sector-procurement/",
                "status": "active",
                "value": {
                    "amount": 100000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial duration of the framework agreement will be 36 months with the option to extend for a further 12 months."
                }
            }
        ],
        "bidOpening": {
            "date": "2023-10-12T12:30:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "A form of Company Financial Assessment from each Tenderer is required. The Tenderer's failure risk will be evaluated as pass/fail. 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, as detailed in the minimum level(s) of standards required below. 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. Minimum level(s) of standards required: If the D&B Failure Risk Score is 51 or more you will receive a pass for this assessment. If the D&B Failure Risk Score is less than 51 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, they may still be considered via some form of other assurance e.g. Parent Company Guarantee (providing parent has a failure risk score of 51 or more) or a performance bond. If this assessment identifies an unmanageable risk (i.e. it is unacceptable) the Tenderer will fail this assessment. *Note to Tenderers* There is no action for Tenderers to undertake regarding company Financial Assessment. The Authority will undertake the action as detailed above. It is a requirement of this framework agreement that bidders hold, or can commit to obtain prior to commencement of any subsequently awarded contract, the types of and levels of insurance, as a minimum, indicated below: Employer's (Compulsory) Liability Insurance = in accordance with any legal obligation for the time being in force Public Liability Insurance = 2.5 million GBP Professional Indemnity Insurance = 1 million GBP The Authority has the right to request copies of financial accounts and insurance certificates which are not held electronically."
                },
                {
                    "type": "technical",
                    "description": "Minimum level(s) of standards required: Tenderers will be required to maintain a standard of environmental protection, including, certification to ISO 14001/EMAS or equivalent standards, relevant to the delivery of this Framework Agreement. Cyber Security Please note there are minimum requirements concerning Cyber Security. Bidders will be required to complete an online Supplier Assurance Questionnaire using the Cyber Security Procurement Support Tool. A link to CSPST can be found here: https://cyberassessment.gov.scot/ Tenderers should use the link provided and enter the following unique Cyber Risk Assessment Reference Number provided for this purpose: RAR-K8ZZ5P45 The questionnaire will be aligned to a Cyber Risk Profile that has been established for the framework, based on the Contracting Authority's assessment of cyber risk. Cyber Security Certification For this framework, minimum requirements include the holding of the Cyber Essentials Plus certification or equivalent or obtaining this certificate within 6 months of the contract award date. Further details will be set out in the procurement documents. A contract condition for this procurement requires the Tenderer to comply with the minimum security requirements. Prompt Payment in the Supply Chain If tenderers intend to use a supply chain to deliver the requirements, they will be required to confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. Further details will be set out in the procurement documents."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "classification": {
            "id": "30200000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "4 years"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2023/S 000-004682"
        }
    ],
    "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24983. 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: Targeted recruitment and training for priority groups; Equality and diversity initiatives; Provide sub-contracting opportunities for SMEs, third sector and Supported businesses; Community wealth building Promotion of social enterprises and resources for community initiatives Community education initiatives (SC Ref:740751)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000740751"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}