Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 90688-2019

26/02/2019    S40

United Kingdom-Glasgow: IT services: consulting, software development, Internet and support

2019/S 040-090688

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Scottish Government
Postal address: 5 Atlantic Quay, 150 Broomielaw
Town: Glasgow
NUTS code: UKM SCOTLAND
Postal code: G2 8LU
Country: United Kingdom
Contact person: Stuart Brown
E-mail: stuart.brown@gov.scot
Telephone: +44 1412425626
Internet address(es):
Main address: http://www.scotland.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Cloud Services

Reference number: SP-18-027
II.1.2)Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3)Type of contract
Services
II.1.4)Short description:

The Cloud Services Framework Agreement will be Multi Supplier Framework. The scope will include the following:

— public cloud (including route to market for Hyper-scale Public Cloud),

— private cloud,

— co-location,

— hybrid cloud,

— community cloud,

— cloud transition services.

To access PCS-Tender, record your interest in this notice and access tender documentation please visit http//www.publictenderscotland.publiccontractsscotland.gov.uk search for Project Code 12501 under ITTs open to all suppliers.

II.1.5)Estimated total value
Value excluding VAT: 30 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
72315000 Data network management and support services
72317000 Data storage services
72510000 Computer-related management services
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
II.2.4)Description of the procurement:

The Authority, on behalf of Scottish Ministers are establishing a multi-supplier national Framework Agreement for the provision of cloud services. The key aims of the framework are to deliver efficient access to cloud services to the Scottish public sector offering value for money, in a safe, secure and environmentally friendly way.

The scope of the new collaborative arrangement will include: public cloud, private cloud, co-location services, community cloud, hybrid cloud, cloud transition services.

The cloud services framework will support the digital public services strategy and the data hosting and data centre strategy for the Scottish Public Sector https://www.gov.scot/publications/realising-scotlands-full-potential-digital-world-digital-strategy-scotland/ and https://www.gov.scot/publications/scotlands-digital-future-data-hosting-data-centre-strategy-scottish-public/

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 and 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 Ltd, 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 1 or more of the foregoing, bodies financed wholly or mainly by 1 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:

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

To access PCS-Tender, record your interest in this notice and access Tender documentation please visit http//www.publictenderscotland.publiccontractsscotland.gov.uk search for Project Code 12501 under ITTs open to all suppliers.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality weighting / Weighting: 60
Price - Weighting: 40
II.2.6)Estimated value
Value excluding VAT: 30 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

The framework duration will be initially 2 years with the option to extend by a further 2 years at the request of the Authority.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

n.a

III.1.2)Economic and financial standing
List and brief description of selection criteria:

A form of Company Financial Assessment from each Tenderer is required. The tenderer financial risk will be evaluated as pass/fail.

There is no action required here for the tenderer, the Authority will undertake an action, using Dun and Bradstreet (D&B), to obtain a Financial Risk Score (D&B Failure Score) for the tenderer and any consortia or reliance members.

If the financial risk score is 40 or more you will receive a pass for this assessment.

If the score is less than 40 or no financial risk 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 financial 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 financial risk score of over 40) 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 and 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.

Minimum level(s) of standards possibly required:

It is a requirement of this Framework Agreement that tenderers 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:

— employer's (compulsory) liability insurance = 5 000 000 GBP,

— public liability insurance = 5 000 000 GBP,

— professional indemnity insurance = 5 000 000 GBP.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

This section refers to the question Part 4E: Global Question of the ESPD (Scotland) for supplier selection criteria. Part 4E: Global Question will be evaluated as a pass/fail. Tenderers are required to confirm that they meet the selection criteria requirements as detailed in this Contract Notice.

Please note that you may be required to provide certificates/supporting evidence to prove you meet the selection criteria at a later date.

Tenderers will be expected to hold Information Security Standards accreditation to ISO/IEC 27001:2013 or equivalent standards in relation to the delivery of the cloud services.

Minimum level(s) of standards possibly required:

Part 4E: Global Tenderers must confirm they meet the selection criteria as follows:

— hold information security standards accreditation to ISO/IEC 27001:2013 or equivalent,

— meet the liability and indemnity insurance levels as detailed above in III.1.2 “Economic and Financial Standing”.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

n/a

III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 15
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2018/S 132-300608
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 28/03/2019
Local time: 14:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.7)Conditions for opening of tenders
Date: 28/03/2019
Local time: 14:30

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

This is a recurrent procurement from the Hosting Services framework that expires in May 2019.

VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 12501

For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

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. Accordingly, while the community benefit objectives will not be evaluated as part of the tender process, tenderers will be asked to respond to the community benefits question as part of their technical response. The successful service provider will be expected to present a community benefit proposal with their tender detailing how, in the event that they should be successful in winning the contract, they will address a wide range of community benefit themes.

Successful tenderers may be asked to provide a more detailed response, in relation to community benefits, to specific contracts awarded via the framework.

(SC Ref:567281)

VI.4)Procedures for review
VI.4.1)Review body
Official name: Scottish Government
Postal address: Victoria Quay, Leith
Town: Edinburgh
Postal code: EH6 6QQ
Country: United Kingdom
Telephone: +44 1312447556
Internet address: http://www.scotland.gov.uk
VI.5)Date of dispatch of this notice:
21/02/2019