Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Digital Technology and Cyber Services Dynamic Purchasing System

  • First published: 02 March 2023
  • Last modified: 02 March 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-037f60
Published by:
Scottish Government
Authority ID:
AA26920
Publication date:
02 March 2023
Deadline date:
31 March 2027
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

UK

Telephone: +44 1412420207

E-mail: alasdair.rowan@gov.scot

NUTS: UKM

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) 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/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


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/


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

Digital Technology and Cyber Services Dynamic Purchasing System

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short 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.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Digital Technology Projects and Services

II.2.2) Additional CPV code(s)

72224000

72230000

72232000

72260000

72211000

72212000

72243000

72221000

72300000

72400000

72500000

72590000

72600000

72800000

48200000

48800000

48900000

48730000

48731000

48732000

50312100

50323000

72267000

72610000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 40 - 80 %

Price / Weighting:  20 - 60 %

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 50

Objective criteria for choosing the limited number of candidates:

There is no maximum limit to the number of candidates in a dynamic purchasing system

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

Lot No: 2

II.2.1) Title

Digital Technology Resources

II.2.2) Additional CPV code(s)

72000000

64200000

71242000

71316000

72224000

72224100

79421200

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 40 - 80 %

Price / Weighting:  20 - 60 %

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 50

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

Lot No: 3

II.2.1) Title

Digital Training Services

II.2.2) Additional CPV code(s)

72212931

80500000

80531200

80533000

80533100

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 40 - 80 %

Price / Weighting:  20 - 60 %

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 20

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

Lot No: 4

II.2.1) Title

Cyber Security Services

II.2.2) Additional CPV code(s)

72000000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 40 - 80 %

Price / Weighting:  20 - 60 %

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 20

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

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:

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

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

There will be an ongoing requirement to provide management information on the call-off contracts awarded through the DPS.

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

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

IV.1.8) Information about 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:

2022/S 000-031304

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 31/03/2027

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 31/03/2027

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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

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)

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Court

27 Chambers St

Edinburgh

EH1 1LB

UK

Telephone: +44 1312252525

E-mail: edinburgh@scotcourts.gov.uk

Internet address(es)

URL: https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court

VI.5) Date of dispatch of this notice

01/03/2023

Coding

Commodity categories

ID Title Parent category
72221000 Business analysis consultancy services Systems and technical consultancy services
72800000 Computer audit and testing services IT services: consulting, software development, Internet and support
72600000 Computer support and consultancy services IT services: consulting, software development, Internet and support
72610000 Computer support services Computer support and consultancy services
80533100 Computer training services Computer-user familiarisation and training services
72590000 Computer-related professional services Computer-related services
72500000 Computer-related services IT services: consulting, software development, Internet and support
80533000 Computer-user familiarisation and training services Vocational training services
72230000 Custom software development services Software programming and consultancy services
48732000 Data security software package Security software package
72300000 Data services IT services: consulting, software development, Internet and support
72232000 Development of transaction processing and custom software Custom software development services
48731000 File security software package Security software package
48800000 Information systems and servers Software package and information systems
72400000 Internet services IT services: consulting, software development, Internet and support
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
50323000 Maintenance and repair of computer peripherals Repair and maintenance services of personal computers
50312100 Maintenance and repair of mainframe computers Maintenance and repair of computer equipment
48900000 Miscellaneous software package and computer systems Software package and information systems
48200000 Networking, Internet and intranet software package Software package and information systems
72243000 Programming services Systems analysis and programming services
72212000 Programming services of application software Programming services of packaged software products
72211000 Programming services of systems and user software Programming services of packaged software products
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
72224000 Project management consultancy services Systems and technical consultancy services
79421200 Project-design services other than for construction work Project-management services other than for construction work
48730000 Security software package Software package utilities
72267000 Software maintenance and repair services Software-related services
72260000 Software-related services Software programming and consultancy services
72224100 System implementation planning services Project management consultancy services
80531200 Technical training services Industrial and technical training services
71316000 Telecommunication consultancy services Consultative engineering and construction services
64200000 Telecommunications services Postal and telecommunications services
80500000 Training services Education and training services
72212931 Training software development services Programming services of application software

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
alasdair.rowan@gov.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.