{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000596821-2019-10-04T00:00:00Z",
    "date": "2019-10-04T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000596821",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-1",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "Saughton House, Broomhouse Drive.",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH11 3XD"
            },
            "contactPoint": {
                "name": "Leigh Syme",
                "email": "Leigh.Syme@gov.scot",
                "telephone": "+44 1312446812",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "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"
                    }
                ],
                "url": "http://www.scotland.gov.uk"
            }
        },
        {
            "id": "org-216",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "Saughton House, Broomhouse Drive.",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH11 3XD"
            },
            "contactPoint": {
                "name": "Leigh Syme",
                "email": "Leigh.Syme@gov.scot",
                "telephone": "+44 1312446812",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.scotland.gov.uk"
            }
        }
    ],
    "buyer": {
        "name": "Scottish Government",
        "id": "org-216"
    },
    "tender": {
        "id": "SP-19-016",
        "title": "Desktop Client Device Framework",
        "description": "Scottish Ministers are seeking to appoint a single supplier for a national collaborative arrangement for Desktop Client Devices.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "30200000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "30213300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "30214000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "30231000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "30231100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72500000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "30237000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 90000000,
            "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": "2019-10-25T15:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-10-25T16:00:00Z"
        },
        "documents": [
            {
                "id": "SEP367455",
                "documentType": "contractNotice",
                "title": "Desktop Client Device Framework",
                "description": "Scottish Ministers are seeking to appoint a single supplier for a national collaborative arrangement for Desktop Client Devices.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP367455",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The framework will consist of the following product groups: Desktop Devices. Desktop Monitors and Fixed Workstation Devices. This collaborative framework agreement will be available for use by the Scottish public sector and details are provided in section II.2.4 Description of the procurement. Documents can be found at: https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for the following ITT: Fixed Client Device Framework itt_31956 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": 90000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial duration of the framework agreement will be 24 months with the option to extend for a further 24 months."
                }
            }
        ],
        "bidOpening": {
            "date": "2019-10-25T16:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Bidders must refer to the ESPD (Scotland) Bidders Guidance Instructions document concerning Section B, part IV, Economic and Financial Standing selection criteria. A form of Company Financial Assessment from each Tenderer is required. The Tenderer's failure risk will be evaluated as pass/fail. There is no action required here for the Tenderer, the Authority will undertake an action, using Dun & Bradstreet (D&B), to obtain a Failure Risk Score (D&B Failure Score) for the Tenderer and any consortia or reliance members. If the failure score is 51 or more you will receive a pass for this assessment. If the score is less than 51 or no failure score is available we will contact the Tenderer and seek further information. We will then use this further information to assess the Tenderer's level of failure risk. If this assessment identifies an unmanageable risk (i.e. it is unacceptable) the Tenderer will fail this assessment. 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. There must be no qualification or contra-indication from any evidence provided in support of the Tenderers economic and financial standing. 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 *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 = 5 million GBP 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": "Bidders will be required to confirm that they meet the required environmental management standards. Minimum level(s) of standards required: Environmental Management Standards The contractor will be expected to maintain a standard of environmental protection, including, where appropiate, accreditation to ISO14001/EMAS or equivalent standards. The contractor will also be expected to be cyber resilient accredited within 6 months of the contract award date. Accreditation held should include but is not limited to Cyber Essentials Plus."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "classification": {
            "id": "30200000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "4 years"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-21",
                "description": "Consistency with Invitation to Tender documents",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2019-10-25T15:00:00Z"
                        },
                        "newValue": {
                            "date": "2019-10-30T15:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2019-10-25T16:00:00Z"
                        },
                        "newValue": {
                            "date": "2019-10-30T16:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 001-359612"
        }
    ],
    "description": "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. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 14399. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 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 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 14399. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Tenderers are encouraged to provide a community benefit proposal with their tender detailing how they will address and deliver the following Community Benefit themes in the context of the providing the required services under this Framework: - 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:596821)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000596821"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000596821"
        }
    ],
    "noticetype": "OJEU - F14 - Corrigendum"
}