OutSystems Services - Dynamic Purchasing System
A Tender Notice
by SOCIAL SECURITY SCOTLAND
- Source
- Find a Tender
- Type
- Dps (Services)
- Duration
- 4 year
- Value
- ___
- Sector
- TECHNOLOGY
- Published
- 18 Nov 2022
- Delivery
- To 28 Nov 2026 (est.)
- Deadline
- 19 Dec 2022 12:00
Concepts
Location
Scotland:
1 buyer
- Social Security Scotland Dundee
Description
Dynamic Purchasing System (DPS) for Outsystems Services including Support, Maintenance, Application Development, Client-Side Support and Continuous Improvement. The DPS will be split into two (2) lots - Lot 1 - Projects Lot 2 - Digital Resources 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 within each lot description. The DPS will be open to entrants throughout its life who meet the minimum criteria. Suppliers should note that the Authority may incorporate a preferred bidder stage in their invitation to tender process to allow them to carry out appropriate due diligence on the preferred supplier. The Authority will have the right to request evidence that entry criteria is still valid at any point during the life 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.
Lot Division
1 | Projects Project work to include Support, Maintenance, Application Development, Client-Side Support Services and Continuous Improvement on the Outsystems platform. Lot 1 - Relevant experience relating to scope, examples of development and deployment of applications, client-side support, continuous improvement and or support and maintenance on OutSystems platform – 2 examples maximum 750 words per example. Suppliers must have at least 12 months experience delivering the types of services within this lot. Please provide details about the services you can provide under this lot including at least 2 relevant case study examples from the last 3 years. Examples from public and/or private sector may be provided. Please try and be as clear and concise as possible and preferably within 2 sides of text on the relevant case study evidence form. Do not include hyperlinks or embed files to this response and ensure acronyms are explained in full. Note: at least two case study examples are required for each lot. A copy of the case study evidence form can be found at section 4C.1.2 of the Single Procurement Document (SPD) Scotland within Public Contracts Scotland – Tender (PCS-T). The form should be downloaded, populated with relevant case study examples and uploaded. Suppliers should be aware there is not a requirement to provide all services within this lot, applications can be submitted for discrete elements of the services. |
2 | Digital Resources Resources for a specific output to support the following areas - Support, Maintenance, Application Development, Client Side Support and Continuous Improvement on the OutSystems platform. The anticipated services and/or role profile include (but not limited to) the following: Digital Specialists Quality Assurance Network Advice Specialists Project/Programme Managers UX/UI Dev Ops Business Analysts User Researchers Software Engineers Data Analytical Specialists Solutions Architect Technical Architect Security Architect Testing Specialist Pen Testing Specialists Lot 2 – Relevant experience of providing resources for a specific piece of work for development and deployment of applications and or support and maintenance on OutSystems Platform – 2 examples 350 words per example Suppliers must have at least 12 months experience delivering the types of services within this lot. Please provide details about the services you can provide under this lot including at least 2 relevant case study examples from the last 3 years. Examples from public and/or private sector may be provided. Please try and be as clear and concise as possible and preferably within 2 sides of text on the relevant case study evidence form. Do not include hyperlinks or embed files to this response and ensure acronyms are explained in full. Note: at least two case study examples are required for each lot. A copy of the case study evidence form can be found at section 4C.1.2 of the Single Procurement Document (SPD) Scotland within Public Contracts Scotland – Tender (PCS-T). The form should be downloaded, populated with relevant case study examples and uploaded. Suppliers should be aware there is not a requirement to provide all services within this lot, applications can be submitted for discrete elements of the services. |
Award Criteria
Quality | 40% - 80% |
price | 20% - 60% |
CPV Codes
- 72000000 - IT services: consulting, software development, Internet and support
- 72222300 - Information technology services
- 72600000 - Computer support and consultancy services
- 72267100 - Maintenance of information technology software
- 72267200 - Repair of information technology software
- 72223000 - Information technology requirements review services
Indicators
- This is a recurring contract.
- Renewals are available.
- Financial restrictions apply.
- Technical restrictions apply.
Other Information
There will be an ongoing requirement for suppliers to provide management information on call-off contracts awarded under this DPS. Suppliers should be aware that there may be a requirement to indicate the names and professional qualifications of the staff assigned to performing the contract at any subsequent Call-Off DPS call-offs may require the mandated payment of the Real Living Wage as a special contract condition, this will be determined on an individual call-off basis. It is intended that the terms and conditions applicable to Call-Offs will be the Scottish Government ICT Model Services Contract. The Terms and Conditions will be refined for each applicable Call-Off. Interested parties can apply for either or both lots. Interested parties do not need to meet all elements of the scope detailed within each lot to be awarded a place. ** PREVIEW NOTICE, please check Find a Tender for full details. ** Within PCS-T Technical Envelope there is a mandatory question relating to Cyber Security. Quality Management Procedures - The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR The bidder must have the following: A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. Health and Safety - The bidder must hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation. Note Organisations with fewer than five employees are not required by law to have a documented policy statement. Environmental Management Systems/Standards Certificates - The Bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR The bidder must have the following: A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder’s environmental emergency response procedures, including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control). Cyber Security - Cyber Security - It is mandatory that suppliers hold a suitable third-party Cyber Security accreditation e.g., Cyber Essentials, Cyber Essentials Plus, ISO 27001:2013, IASME Gold or are able to provide evidence of equivalency as part of their application. Failure to confirm that a suitable third-party accreditation is held (or failure to provide suitable evidence of equivalency) will result in suppliers not gaining entry to the DPS. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 22652. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: Requirements will be included in any subsequent call-off The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason: Requirements will be included at any subsequent call-off (SC Ref:713877)
Reference
- ocds-h6vhtk-037cb2
- FTS 032763-2022