Contract Notice (below OJEU threshold)
Section I: Contracting Change
authority
I.1) Name and addresses
Risk Management Authority
7 Thread Street
Paisley
PA1 1JR
UK
Contact person: Ross Pollock
Telephone: +44 1412784478
E-mail: ross.pollock@rmascotland.gsi.gov.uk
NUTS: UKM
Internet address(es)
Main address: www.rmascotland.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA15723
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:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of a Case Management System and Associated Support Services
Reference number: RMA – CMS – 2018-19
II.1.2) Main CPV code
48000000
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of a Case Management System (CMS)supporting the Order for Lifelong Restriction (OLR) placed by the Scottish Criminal Justice system.
Contract period 5 years with the option to extend for a period of 24 months agreed on an annual basis.
II.1.5) Estimated total value
Value excluding VAT: 97 500.00 GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
48000000
II.2.3) Place of performance
NUTS code:
UKM83
Main site or place of performance:
Risk Management Authority,
Anchor One,
7 Thread Street,
Paisley,
PA1 1JR
II.2.4) Description of the procurement
The RMA requires the provision of a Case Management System to provide an electronic database to record, administer and oversee the risk assessment and management processes supporting the Order for Lifelong Restriction (OLR) placed on offenders by the Scottish Criminal Justice system.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT: 97 500.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Extension will be for a period up to 24 month agreed on an annual 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:
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contract (Scotland) Regulations 2015.
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:
Statement for 4B.4: Bidders must Demonstrate a Current Ratio of no less the 0.6. Current Ratio will be calculated as follows: Net Current Assets divided by Net Current Liabilities.
There must be no qualification or contra-indication from any evidence provided in the support of the bidders economic and financial standing.
Bidders who do not comply with the above financial requirement but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies requirements stipulated above.
Statement for 4B.5: It is a requirement of contract that bidders hold or can commit to obtain prior to commencement of any subsequent awarded contract, the types of insurance indicated below:
Employer's (Compulsory) Liability Insurance = 5 000 000 GBP
Public Liability Insurance = 1 000 000 GBP
Minimum level(s) of standards required:
Current Ratio of no less the 0.6
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Bidders will be required to provide examples that they have relevant experience to deliver the services as described in part II2.4 (The Description of the Procurement)of the Contract Notice or the relevant section of the Site Notice.
Minimum level(s) of standards required: Experience of Case Management System Design and implementation, provision of associated training and on-going support.
Section C of Part IV of the ESPD (Scotland) will be scored in the following way:
0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.
2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.
3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
Responses must achieve a score of Acceptable or higher to Pass.
Minimum level(s) of standards required:
Minimum Score required shall be 2.
Within Annex B of the Instructions to Tenderers, Questions 1.1, 1.3 and 2 are mandatory. The tender cannot be awarded to a supplier scoring lower than “2” for these questions.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
The contract will be subject to a performance management system with associated performance indicators.
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
01/02/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
20/03/2019
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Quarter 3, 2023.
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=567398.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:567398)
VI.4) Procedures for review
VI.4.1) Review body
Risk Management Authority
7 Thread Street
Paisley
PA1 1JR
UK
Telephone: +44 1412784478
Internet address(es)
URL: www.rmascotland.gov.uk
VI.5) Date of dispatch of this notice
14/12/2018