Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The University of Edinburgh
University of Edinburgh, Charles Stewart House, 9-16 Chambers St
Edinburgh
EH1 1HT
UK
Contact person: Hayley Bell
E-mail: hayley.bell@ed.ac.uk
NUTS: UKM75
Internet address(es)
Main address: https://www.ed.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107
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/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
EC1010 - ISG Development Framework
II.1.2) Main CPV code
79620000
II.1.3) Type of contract
Services
II.1.4) Short description
The University of Edinburgh would like to invite proposals for the provision of ISG Development Resource.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79620000
II.2.3) Place of performance
NUTS code:
UKM75
II.2.4) Description of the procurement
The University of Edinburgh would like to invite proposals for the provision of ISG Development Resource.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical Section
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/11/2024
End:
31/10/2026
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for a further 3 years on a year on year basis.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
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.1.2) Economic and financial standing
List and brief description of selection criteria:
1) Please provide your average annual turnover for the last two financial years
2) Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance listed below:
o Employers Liability Insurance - 5,000,000 GBP
o Public Liability Insurance - 5,000,000 GBP
o Professional Risk Liability Insurance - 2,000,000 GBP
Minimum level(s) of standards required:
1) Note: For contracts with an estimated annual value exceeding 100,000 GBP average turnover over the last 2 years should be at least two times the annual value of the contract.
1a) Where a tenderer does not have the required annual turnover, the UoE may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
2) Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the UoE may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability in the competition.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Part 4D: Quality Assurance Schemes & Environmental Management
Part 4C: Services
Minimum level(s) of standards required:
1) It is a mandatory requirement of this Contract that the Provider has a robust and relevant quality management system in place, such as BS EN ISO 9001 or equivalent. Please indicate your compliance with this mandatory requirement and provide a copy of your Quality Management Policy along with a statement on how this will apply to and enhance the contracted service. PASS/FAIL
2) It is a mandatory requirement of this Contract that the Provider has a robust and relevant Environmental Policy. Please indicate your compliance with this mandatory requirement and provide a copy of your Organisations Environmental Policy along with a statement how this will apply to and enhance the contracted service. PASS/FAIL
3) As this is a single supplier framework, it is vital that the provider has access to and the ability to provide developer resource that will be able to perform the following roles: -
- Web developer
- Integration developer
- Mobile App developer
- Full stack engineer
- SharePoint developer
- Enterprise Architect
Details of indicative skills for each role can be found in Appendix 1 – Technical Requirements. The skillset required will vary from role to role and will be specified at the time of requesting resource.
Please confirm your ability to supply resource for each of these roles and provide relevant examples of services carried out during the last three years. PASS/FAIL
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
2023/S 000-032343
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
29/07/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
29/07/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Terms and Conditions of Contract must be submitted prior to award. It is for information only and will not be scored but it is a requirement of this tender.
Form of Tender must be submitted prior to award. It is for information only and will not be scored but it is a requirement of this tender.
Freedom of Information should only be submitted prior to award if applicable. It is for information only and will not be scored.
Sustain Supply Chain Code of Conduct must be submitted prior to award. It is for information only and will not be scored but is a requirement of this tender.
GDPR Contractor Assessment Form must be submitted prior to award. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms.
Contract Management Schedule must be submitted prior to award. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26976. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Please see ITT for details.
(SC Ref:770597)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
UK
Telephone: +44 1312252525
E-mail: edinburgh@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
27/06/2024