Notice Information
Notice Title
PROC 24-2480 - E-learning training platform licences
Notice Description
The Authority has a requirement for an Online training platform to supply training for ICT technical specialists and ICT support staff, for access to 354 licences providing a comprehensive portfolio of high-quality training content, with unlimited access over the term of the contract. Ideally include desktop and remote (handheld, android etc.) access. Ability to support development within existing and aspirational career paths. The training platform must include the following content as a minimum (not limited to) - -Data Science -Database Management -Dev Ops -IT Helpsdesk -Software Development -Artificial Intelligence (AI) -Web Development -Mobile Development -Cyber Security -Network and System Administration -Network Security -Data Analysis -Agile -Project Management -Team Management -Presentation Skills -Microsoft Software Packages -Power BI -SQL -Mental Health Support -Team Working -Cisco Supporting Material -Business Analysis -Active Directory -Firewalls -Linux -WAN -Network Switches -Routers -Systems security certified practitioner (SSCP)
Lot Information
Lot 1
Open Tender (Non FTS)
Renewal: Contract will be renewed at the end of the contract period
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000765609
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL509076
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
80 - Education and training services
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
72212517 - IT software development services
80420000 - E-learning services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 3 Jul 20241 years ago
- Submission Deadline
- 5 Jun 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 3 Jul 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Contract will be renewed at the end of the contact period
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH POLICE AUTHORITY
- Contact Name
- Stuart Newton
- Contact Email
- katie.turner2@scotland.police.uk, stuart.newton@scotland.police.uk
- Contact Phone
- +44 1786895668
Buyer Location
- Locality
- GLASGOW
- Postcode
- G51 1DZ
- 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
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Govan
- Westminster Constituency
- Glasgow South West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY504493
PROC 24-2480 - E-learning training platform licences - The Authority has a requirement for an Online training platform to supply training for ICT technical specialists and ICT support staff, for access to 354 licences providing a comprehensive portfolio of high-quality training content, with unlimited access over the term of the contract. Ideally include desktop and remote (handheld, android etc.) access. Ability to support development within existing and aspirational career paths. The training platform must include the following content as a minimum (not limited to) - -Data Science -Database Management -Dev Ops -IT Helpsdesk -Software Development -Artificial Intelligence (AI) -Web Development -Mobile Development -Cyber Security -Network and System Administration -Network Security -Data Analysis -Agile -Project Management -Team Management -Presentation Skills -Microsoft Software Packages -Power BI -SQL -Mental Health Support -Team Working -Cisco Supporting Material -Business Analysis -Active Directory -Firewalls -Linux -WAN -Network Switches -Routers -Systems security certified practitioner (SSCP) -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL509076
PROC 24-2480 - E-learning training platform licences - The Authority has a requirement for an Online training platform to supply training for ICT technical specialists and ICT support staff, for access to 354 licences providing a comprehensive portfolio of high-quality training content, with unlimited access over the term of the contract. Ideally include desktop and remote (handheld, android etc.) access. Ability to support development within existing and aspirational career paths. The training platform must include the following content as a minimum (not limited to) - -Data Science -Database Management -Dev Ops -IT Helpsdesk -Software Development -Artificial Intelligence (AI) -Web Development -Mobile Development -Cyber Security -Network and System Administration -Network Security -Data Analysis -Agile -Project Management -Team Management -Presentation Skills -Microsoft Software Packages -Power BI -SQL -Mental Health Support -Team Working -Cisco Supporting Material -Business Analysis -Active Directory -Firewalls -Linux -WAN -Network Switches -Routers -Systems security certified practitioner (SSCP)
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-r6ebe6-0000765609-2024-07-03T00:00:00Z",
"date": "2024-07-03T00:00:00Z",
"ocid": "ocds-r6ebe6-0000765609",
"initiationType": "tender",
"parties": [
{
"id": "org-57",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "1 Pacific Quay, 2nd Floor",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G51 1DZ"
},
"contactPoint": {
"name": "Stuart Newton",
"email": "stuart.newton@scotland.police.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "03",
"description": "Public order and safety",
"scheme": "COFOG"
}
],
"url": "http://www.spa.police.uk"
}
},
{
"id": "org-53",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody",
"mediationBody"
]
},
{
"id": "org-377",
"name": "Scottish Police Authority",
"identifier": {
"legalName": "Scottish Police Authority"
},
"address": {
"streetAddress": "1 Pacific Quay, 2nd Floor",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G51 1DZ"
},
"contactPoint": {
"email": "katie.turner2@scotland.police.uk",
"telephone": "+44 1786895668",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "03",
"description": "Public order and safety",
"scheme": "COFOG"
}
],
"url": "http://www.spa.police.uk"
}
},
{
"id": "org-51",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"locality": "Glasgow"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Scottish Police Authority",
"id": "org-377"
},
"tender": {
"id": "PROC 24-2480",
"title": "PROC 24-2480 - E-learning training platform licences",
"description": "The Authority has a requirement for an Online training platform to supply training for ICT technical specialists and ICT support staff, for access to 354 licences providing a comprehensive portfolio of high-quality training content, with unlimited access over the term of the contract. Ideally include desktop and remote (handheld, android etc.) access. Ability to support development within existing and aspirational career paths. The training platform must include the following content as a minimum (not limited to) - -Data Science -Database Management -Dev Ops -IT Helpsdesk -Software Development -Artificial Intelligence (AI) -Web Development -Mobile Development -Cyber Security -Network and System Administration -Network Security -Data Analysis -Agile -Project Management -Team Management -Presentation Skills -Microsoft Software Packages -Power BI -SQL -Mental Health Support -Team Working -Cisco Supporting Material -Business Analysis -Active Directory -Firewalls -Linux -WAN -Network Switches -Routers -Systems security certified practitioner (SSCP)",
"status": "cancelled",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "72212517",
"scheme": "CPV"
},
{
"id": "80420000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Dalmarnock, G40 4EH"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/toolkit/dashboard/dashboard.do?_ncp=1713436807645.20813-1",
"tenderPeriod": {
"endDate": "2024-06-05T12:00:00Z"
},
"awardPeriod": {
"startDate": "2024-06-05T12:00:00Z"
},
"documents": [
{
"id": "MAY504493",
"documentType": "contractNotice",
"title": "PROC 24-2480 - E-learning training platform licences",
"description": "The Authority has a requirement for an Online training platform to supply training for ICT technical specialists and ICT support staff, for access to 354 licences providing a comprehensive portfolio of high-quality training content, with unlimited access over the term of the contract. Ideally include desktop and remote (handheld, android etc.) access. Ability to support development within existing and aspirational career paths. The training platform must include the following content as a minimum (not limited to) - -Data Science -Database Management -Dev Ops -IT Helpsdesk -Software Development -Artificial Intelligence (AI) -Web Development -Mobile Development -Cyber Security -Network and System Administration -Network Security -Data Analysis -Agile -Project Management -Team Management -Presentation Skills -Microsoft Software Packages -Power BI -SQL -Mental Health Support -Team Working -Cisco Supporting Material -Business Analysis -Active Directory -Firewalls -Linux -WAN -Network Switches -Routers -Systems security certified practitioner (SSCP)",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY504493",
"format": "text/html"
},
{
"id": "JUL509076",
"documentType": "awardNotice",
"title": "PROC 24-2480 - E-learning training platform licences",
"description": "The Authority has a requirement for an Online training platform to supply training for ICT technical specialists and ICT support staff, for access to 354 licences providing a comprehensive portfolio of high-quality training content, with unlimited access over the term of the contract. Ideally include desktop and remote (handheld, android etc.) access. Ability to support development within existing and aspirational career paths. The training platform must include the following content as a minimum (not limited to) - -Data Science -Database Management -Dev Ops -IT Helpsdesk -Software Development -Artificial Intelligence (AI) -Web Development -Mobile Development -Cyber Security -Network and System Administration -Network Security -Data Analysis -Agile -Project Management -Team Management -Presentation Skills -Microsoft Software Packages -Power BI -SQL -Mental Health Support -Team Working -Cisco Supporting Material -Business Analysis -Active Directory -Firewalls -Linux -WAN -Network Switches -Routers -Systems security certified practitioner (SSCP)",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL509076",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Open Tender (Non FTS)",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Contract will be renewed at the end of the contract period"
}
}
],
"bidOpening": {
"date": "2024-06-05T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "During the period of the Contract Agreement, the Contractor shall monitor and measure their performance against the Key Performance Indicators (KPIs) detailed below: Quality - Category Weight (50%) Contract Outcome - 100% Cost - Category Weight (10%) Invoice Accuracy - 100% Service - Category Weight (40%) Communication - 40% Management Information - 60%"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "It is a requirement of this tender that if the Tenderer is UK based they must hold a valid registration with Companies House. Where the Tenderer is UK based but not registered at Companies House they must be able to verify to the SPA's satisfaction that they are trading from the address provided in the tender and under the company name given. Tenderers within the UK must confirm if they are registered under Companies House within this question. If the Tenderer is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015."
},
{
"type": "economic",
"description": "It is a requirement of this Contract that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded Contract, the items indicated below: SPD Question 4B5 Insurances Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies. Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate. Product Liability Insurance = 5 million GBP in respect of each claim and in the aggregate. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate. Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies. It is a requirement of this Contract that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded Contract, the items indicated below: SPD Question 4B5 Insurances Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies. Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate. Product Liability Insurance = 5 million GBP in respect of each claim and in the aggregate. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate. Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies. SPD Question 4B6 Financial Standing: The Authority will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Tenderer's economic and financial standing. Tenders are asked to provide their company number within the SPD to allow the Authority to access a Credit Safe Report. Within such reports, the risk of business failure is expressed as a score of less than 30 (high risk of business failure). In the event that a company is determined to have a risk failure rating of 30 and below i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further. If you are successful in the award of this contract and your risk failure rating falls below 30 then the SPA reserve the right to remove you from this contract. It is the Contractor's responsibility to ensure that the information held by Credit Safe is accurate and up to date. For the avoidance of doubt, the SPA will request a report from Credit Safe following the closing date for the receipt of the Tenders to ensure that the most up to date information is used. Where you are not registered on credit safe e.g. charitable organisations or new start companies/ Sole Traders with less than 3 years trading history, discretionary powers are available to the Director of Finance to consider abbreviated accounts along with bankers references etc."
},
{
"type": "technical",
"description": "Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements stated within the tender documents. The below requirements will be requested during the tender process: SPD Question 4C.1.2 Technical and Professional Ability With reference to the nature and details of the supplies/services that are the subject matter of this tender, relevant examples are to be provided of the supplies/services undertaken by the Tenderer in the last 3 years. You must describe in sufficient detail the required experience in terms of the specific supplies/services, the number of required examples, the minimum duration of experience e.g. 3 years and the value / scope of the previous projects e.g. must be of similar value to the contract being procured. Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements stated within the tender documents. The below requirements will be requested during the tender process: With reference to the nature and details of the supplies/services that are the subject matter of this tender, relevant examples are to be provided of the supplies/services undertaken by the Tenderer in the last 3 years and must be similar value to the contract being procured. Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements for: Packed Lunches. Two (2) examples of the provision of similar services will be requested and must be from within the last 3 years for services. If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided. If available, copies of completion certificates or customers' written declaration which validates the examples you have provided. Guidance If you cannot provide certificates or customer declarations the Authority may choose to contact customers cited directly in order to validate the experience examples you have provided without any further reference to you."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2024-12-02T00:00:00Z"
}
},
"classification": {
"id": "72000000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "Contract will be renewed at the end of the contact period"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Economic Operators Applicable to FTS Notices: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Assessment of Employment Status Tenderers may be asked to declare whether they intend to provide services through a Personal Service Company (PSC). From April 2017, the responsibility to pay employment taxes shifts from the PSC to public sector bodies and the Authority must be aware of any successful tenderer's detailed employment status. For further information on determining employment status the Government has published guidance on this IR35 Legislation Living Wage Tenderers will be asked to confirm if they pay all employees as a minimum the Real Living Wage as published by the Living Wage Foundation for statistical information gathering purposes only. Equality and Diversity Tenderers will be required to comply with the statutory obligations under the Equality Act 2010. Declaration of Non-Involvement in Serious Organised Crime Tenderers must complete and sign a Declaration of Non-Involvement in Serious Organised Crime form. Subcontractor Detail Tenderers will be required to provide details of the subcontractors they intend to use in their supply chain. Tenderers are required to complete this section as part of the ESPD. Data Protection Tenderers must be aware of their obligations under the Data Protection Act 2018 and the GDPR as set out in the Contract. Info Security Requirement - It is a requirement of this tender that Tenderers must be certified to ISO 27001 (or an equivalent Information Security Management System standard) by a UKAS accredited (or equivalent) body. Tenderers are required to confirm this and demonstrate this as part of their bid within SPD and Appendix A. (SC Ref:771468)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000765609"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000765609"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "PROC 24-2480",
"status": "unsuccessful",
"statusDetails": "discontinued",
"relatedLots": [
"1"
]
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2024/S 000-014288"
}
]
}