web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Norwich: Office and computing machinery, equipment and supplies except furniture and software packages

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 099-177221/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Mixed global and partial bid

Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
The Minister for the Cabinet Office acting through Crown Commercial Service
Rosebery Court, St Andrews Business Park
Norwich
Postal code: NR7 0HS
United Kingdom
Phone: +44 3450103503
Email: supplier@crowncommercial.gov.uk
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
OTHER: public procurement
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
RM3733 Technology Products 2.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: Primarily in the UK with some limited delivery requirements overseas.
Nuts code: UK
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves the establishment of a framework agreement:
II.1.4) Information on framework agreement:
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 999
Duration of the framework agreement in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 2 000 000 000 and 4 000 000 000 GBP
II.1.5) Short description of the specific contract:
Crown Commercial Service as the Contracting Authority is putting in place a Pan-Government Collaborative Framework Agreement for the supply of commodity technology goods and/or closely-related services for use by UK public sector bodies including but not limited to Central Government Departments and their Arm Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities.
II.1.6) Common procurement vocabulary (CPV): 30000000, 30100000, 30191400, 30200000, 30210000, 30213000, 30213100, 30213200, 30213300, 30215000, 30230000, 30231000, 30232000, 30233000, 30234000, 30236000, 30237000, 30237300, 31154000, 31300000, 32231000, 32232000, 32234000, 32235000, 32250000, 32260000, 32270000, 32300000, 32320000, 32333000, 32341000, 32342000, 32343000, 32351000, 32420000, 32421000, 32422000, 32423000, 32424000, 32425000, 32427000, 32428000, 35700000, 35710000, 38653400, 48000000, 48100000, 48120000, 48130000, 48200000, 48210000, 48220000, 48300000, 48400000, 48500000, 48600000, 48700000, 48800000, 48900000, 50300000, 50312000, 50320000, 51000000, 51310000, 51600000, 51610000, 72000000, 72100000, 72200000, 72210000, 72212900, 72300000, 72500000, 72800000, 72900000, 80533000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The contract is divided into lots: Yes. Tenders may be submitted for one or more lots
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
Estimated spend for years 1 (one) and 2 (two) of the Framework Agreement is 1 400 000 000 pounds (GBP).
The value provided in Section II.1.4 is only an estimate.
II.2.2) Information about options:
Options:no
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion:

Information about lots
Lot No: 1; Lot title: Hardware
1) Short description: This Lot is aimed at value added resellers (VAR) who have the capability to provide a wide range of vendor-neutral end user devices, and other hardware such as audio-visual, network infrastructure equipment and IT peripherals. Operating systems and utility software included as part of a standard OEM product offering/factory build are included in this lot when purchased alongside/installed on the associated hardware.
2) Common procurement vocabulary (CPV): 30200000,30213200,80533000,72000000,72100000,50320000,30232000,32351000,32422000,30215000,30231000,30000000,32423000,32250000,30230000,50312000,51000000,30100000,31300000,30213100,72800000,50300000,31154000,30233000,32424000,32270000,30213300,30237000,72500000,30234000,30236000,32425000,30213000,51600000,30237300,32420000,32421000,32427000,32232000,72900000,32260000,30210000
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 2; Lot title: Software
1) Short description: This Lot is aimed at specialist channel partners for software, who have the capability to supply a full range of commercial and Open Source commodity off-the-shelf software, software licenses and associated commoditised software services including software asset management. Suppliers suitable for this Lot would be expected to have in depth knowledge and expertise with the major software vendors, providing access to discounts and significant rebates through the use of their partnering arrangement.
2) Common procurement vocabulary (CPV): 48000000,80533000,72000000,48700000,48100000,72300000,48210000,72800000,72200000,48400000,48800000,48220000,50300000,48500000,72500000,48600000,72900000,72210000,48900000,48300000,48200000
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 3; Lot title: Combined Hardware and Software Requirements
1) Short description: This Lot is aimed at Suppliers with the capability of providing combined hardware and software requirements as detailed within Lot 1 and Lot 2.
2) Common procurement vocabulary (CPV): 30200000,30213200,80533000,72000000,72100000,51610000,50320000,30232000,32422000,30215000,30231000,48700000,48100000,30000000,32423000,32250000,30230000,50312000,48210000,51000000,30100000,31300000,72800000,72200000,48400000,48800000,48220000,50300000,31154000,30233000,32424000,32270000,30213300,30237000,30200000,48500000,72500000,48600000,30234000,30236000,32425000,30213000,51600000,30237300,32420000,32421000,32427000,32232000,72900000,72210000,48000000,48900000,32260000,30210000,48300000,48200000
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Potential Providers do not need to bid for Lot 3 but will be eligible by having bid for and been successful for Lots 1 and 2 inclusively.
Lot No: 4; Lot title: Information Assured Products
1) Short description: This Lot is aimed at Suppliers of commoditised IT products and solutions that are capable of meeting specific protective, information assurance requirements. The main provision for the product and solutions is to provide Information Assurance enforcing and/or relevant functionality.
2) Common procurement vocabulary (CPV): 30200000,32234000,32235000,30213200,80533000,72000000,72100000,51610000,50320000,48130000,30232000,32351000,32422000,30215000,30231000,35700000,35710000,48700000,48100000,48120000,30000000,32341000,32423000,32231000,30230000,72300000,50312000,51000000,30100000,31300000,32320000,72800000,72200000,48400000,48800000,50300000,31154000,30233000,32333000,32342000,32424000,32270000,30213300,30237000,30200000,48500000,48600000,30234000,30236000,32425000,32300000,30213000,38653400,51600000,30237300,32420000,32421000,32427000,32232000,72900000,72212900,72210000,51310000,48000000,30191400,32343000,32260000,30210000,48300000,48200000
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 5; Lot title: Volume Hardware Requirements (Direct from OEM)
1) Short description: This Lot is for the provision of volume hardware requirements.The Supplier shall be Original Equipment Manufacturers (OEM) and be limited to supplying its own branded products and Related Services.
2) Common procurement vocabulary (CPV): 30200000,30213200,80533000,72000000,51610000,50320000,32422000,30215000,30231000,30000000,32423000,30230000,50312000,51000000,31300000,30213100,72800000,50300000,32424000,32270000,30213300,30200000,72500000,30236000,32425000,30213000,30237300,32421000,32427000,32232000,72900000,32260000,30210000
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 6; Lot title: Catalogue
1) Short description: This Lot enables suppliers to provide Contracting Bodies with a wide range of commoditised technology hardware and software products through an online catalogue.
2) Common procurement vocabulary (CPV): 30200000,30213200,80533000,51610000,50320000,30232000,32422000,30215000,30231000,48700000,48100000,30000000,32423000,30230000,50312000,48210000,51000000,30100000,31300000,30213100,72800000,48400000,48800000,48220000,50300000,30233000,32424000,32270000,30213300,30237000,30200000,48500000,48600000,30234000,30236000,32425000,30213000,51600000,30237300,32420000,32421000,32427000,32232000,72900000,48000000,48900000,32260000,30210000,48300000,48200000
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
Participants will be advised if this is necessary during the procurement. Parent company and/or other guarantees of performance and financial liability may be required by Crown Commercial Service if considered appropriate.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Where goods are leased only financed purchase agreements will be permitted.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required but if a contract is awarded to a consortium, the Contracting Authority may require the consortium to form a legal entity before entering into the Framework Agreement.
III.1.4) Other particular conditions:
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender (‘ITT’).
This procurement will be managed electronically via the Crown Commercial Service’s e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite.
If you have not yet registered on the eSourcing Suite, this can be done online at by following the link ‘Register for CCS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at

Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing ExpressionOfInterest@crowncommercial.gov.uk
Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. Crown Commercial Service will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
As a user of the e-Sourcing Suite you will have access to the Emptoris messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these messages on a regular basis to ensure you have sight of all relevant information.
For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support Desk email: eEnablement@crowncommercial.gov.uk
Responses must be published by the date in IV.3.4.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender (‘ITT’).
The ITT can be accessed at: using the instructions detailed in III.2.1
The Contracting Authority may take into account any of the following information:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender (‘ITT’).
The ITT can be accessed at: using the instructions detailed in III.2.1
The Contracting Authority may have regard to any of the following means in its assessment:
(a) a list of the principal deliveries effected or the main Goods and/or Related Services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery of Goods and/or Related Services provided shall be given: — where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, — where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(b) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(c) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(d) where the products or goods or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(e) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(f) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(g) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(h) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(i) an indication of the proportion of the contract which the Goods and/or Related Services provider intends possibly to subcontract;
(j) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards;
(k) an indication of the supply chain management and tracking systems that the economic operator will be able to apply when performing the contract.
Applicable to Lot 2 Only:
(1) The Potential Provider must supply a full and comprehensive list comprising a statement of all the relevant principal Goods provided in the previous three (3) years by the entity or entities specified in A or B below.
For the avoidance of doubt, ‘relevant principle Goods’ in this context is technology software products detailed in Schedule 2 Framework Agreement Attachment 4, with a total contract value equal or in excess of £20,000,000. You are required to submit a completed Attachment 10 (Relevant Principle Goods Template) if you have selected Lot 2 Software in your response to SQ1.3a. Your response must be labelled as: ‘[Supplier Name] Attachment 10 Lot 2 Software SQ6.6a.’
Any reference to the Potential Provider includes reference to a consortium, where relevant, whether or not the consortium has a legal personality.
The criteria by reference to which the relevant principal Goods and/or Related Services have been identified should be stated by the economic operator.
A.
The list referred to above must include at least either:
(a) contracts under which the relevant principal Goods and/or Related Services have been provided by the Potential Provider; or
(b) a contract (or contracts) under which the Potential Provider has provided the relevant principal Goods and/or Related Services of some specific value, quantity or description.
Where the Potential Provider is an entity that is continuing an undertaking or undertakings (or any part of an undertaking or undertakings) which were previously conducted by one or more other entities (each a ‘predecessor entity’), the list of such contracts must include the contracts under which relevant principal Goods and/or Related Services were provided by each predecessor entity.
B.
Alternatively, where the Potential Provider may rely on other entities (including, in the case of a consortium, members of the consortium) to enable it to perform the contract and/or any specific contract to be awarded under the Framework Agreement, save as specified below the list must:
(i) describe the function that each such other entity will perform under the Framework Agreement and/or any specific contract to be awarded under the Framework Agreement, and
(ii) include at least either:
(a) contracts in respect of the relevant principal Goods and/or Related Services provided by the Potential Provider (or a predecessor entity) and contracts in respect of relevant principal Goods and/or Related Services provided by any other entity (including any member of the consortium) on which the Potential Provider may intend to rely to enable it to perform the Related Services under Framework Agreement and/or any specific contract to be awarded under the Framework Agreement, or
(b) in respect of the Potential Provider or any other such entity, a contract (or contracts) under which the relevant principal Goods and/or Related Services were supplied by it of some specific, value, quantity or other description and in either case which are relevant to the function that each will provide under the Framework Agreement or any specific contract to be awarded under the Framework Agreement.
Where the Potential Provider is an entity which has been formed for the particular purposes of bidding for the Framework Agreement which is the subject of this OJEU Notice, the Potential Provider may comply with paragraph B(ii) above by including in its list, contracts under which relevant principal Goods and/or Related Services were provided by those entities on whom the Potential Provider will rely to supply the Goods and/or Related Services under the Framework Agreement (or their predecessor entities), instead of the Provider itself.
Where it is envisaged that the Potential Provider will rely on one or more sub-contractors to enable it to supply the Goods and/or Related Services under the Framework Agreement or any specific contract to be awarded under the Framework Agreement to be performed:
In so far as any sub-contractor has not been appointed, the list should describe the function that sub-contractor will perform but need not include any contract by such a sub-contractor, and in so far as the anticipated value of any particular sub-contract is less than 5 per cent of the total contract value, the bidder need not comply with the requirements in B(ii) above in relation to that particular sub-contract.
(2) The Potential Provider must also provide:
(a) certificates in the form set out in the attachment to the selection questionnaire for this procurement exercise from those to whom the relevant principal Goods and/or Related Services on the list were provided;
(b) if any such certificate cannot be obtained, an explanation of the steps taken to obtain it and why it is not available and a certificate (in the same form) from the entity that provided the relevant principal Goods and/or Related Services instead;
(c) if the certificate does not state that the relevant principal Goods and/or Related Services have been provided satisfactorily in accordance with the terms of the contract in question, information to show that any reason why they were not so provided will not recur in the performance of the Goods and/or Related Services to be provided under the Framework Agreement and any specific contract to be awarded under the Framework Agreement.
(3) In considering whether it is satisfied that the minimum standard for reliability based on past performance is met, the Contracting Authority reserves the right to verify the information required and to require the Potential Provider to clarify or supplement it.
The Contracting Authority reserves the right throughout the duration of the Framework Agreement and any specific contracts awarded thereunder, to continue to assess whether the Potential Provider where appointed to provide Goods and/or Related Services under the Framework Agreement continues to meet the minimum standard for reliability.
Any Potential Provider must meet the minimum standard in relation to reliability based on past performance.
The minimum standard for reliability having regard to past performance is that the Contracting Authority is satisfied that the contracts required on the list to be provided have been satisfactorily performed in accordance with their terms or, where that has not occurred, the reason or reasons why that has not occurred in relation to any such contract, will not recur in the performance of the Goods and/or Related Services under the Framework Agreement or of any specific contract to be awarded under the Framework Agreement.
The Contracting Authority will assess whether or not this minimum standard is met at the selection stage. In addition the Contracting Authority will also re-assess whether this minimum standard is met prior to the conclusion of the Framework Agreement.
The Contracting Authority will also assess whether this minimum standard is met on request from a Contracting Body prior to the proposed award of a specific contract with a value of £20 million or greater (excluding VAT). Failure to meet the minimum standard set will render the Potential Provider in question ineligible to be awarded that specific contract.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
III.3.2) Staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
RM3733
IV.3.2) Previous publication(s) concerning the same contract:
Prior information notice
Notice number in the OJEU:2016/S 033-052739of17.02.2016
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
01.07.2016 – 14:59
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
In days: 180 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders:
Place: Electronically, via web-based portal

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
Potential suppliers should note that, in accordance with the UK Government’s policies on transparency, Crown Commercial Service intends to publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of Crown Commercial Service. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority. Further information on transparency can be found at:

The duration of the Framework Agreement will be a maximum of 4 years, with the first term being 2 years, with a further possible extension of 2 1-year periods.
The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; (ii) to award specific Lots ahead of and / or prior to other Lots and (iii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the agreement.
The duration referenced in Section II.1.4 is for the placing of orders.
The value provided in Section II.1.4 is only an estimate. We cannot guarantee to suppliers any business through this framework agreement.
Crown Commercial Service wishes to establish a Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations):
Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide:

Please note Central Government departments may be subject to Government Digital Service approval before using the Framework Agreement.
Local Authorities

www.ubico.co.uk Agent acting on behalf of Cheltenham Borough Council.
NDPBs

National Parks Authorities

Educational Establishments in England and Wales, maintained by the Department for Children, Schools and Families including Schools, Universities and Colleges but not Independent Schools

Police Forces in the United Kingdom

Fire and Rescue Services in the United Kingdom

NHS Bodies England

Hospices in the UK

Registered Social Landlords (Housing Associations)
Third Sector and Charities in the United Kingdom

Citizens Advice in the United Kingdom

www.cas.org.uk

Scottish Public Bodies
The Framework Agreement will be available for use by any Scottish Public Sector Body: the Authority; 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 (except where they are acting in their capacity as educational authority); Scottish joint fire boards or joint fire and rescue boards; Scottish joint police boards or any successor National Police or Fire Authority; Scottish National Park authorities, bodies registered as social landlords under the Housing (Scotland) Act 2001, Scottish health boards or special health boards, Student Loans Company Limited, Northern Lighthouse Board, 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.
Scottish Government

Scottish Parliament

Scottish Public Services Ombudsman
Scottish Information Commissioner
Commissioner for Children and Young People in Scotland
Scottish Commission for Human Rights
Commission for Ethical Standards in Public Life in Scotland
Standards Commission for Scotland
Scottish Local Authorities

Scottish Agencies, NDPBs

Scottish NHS Bodies

Scottish Further and Higher Education Bodies

Scottish Police

Scottish Housing Associations
,com_membersdir/Itemid,149/view,membersdir/
The Scotland Office

Registered Social Landlords (Housing Associations) — Scotland

Scottish Schools
Primary Schools

Secondary Schools

Special Schools

Scottish Public Bodies
National Records of Scotland
Historic Scotland
Disclosure Scotland
Registers of Scotland
Scottish Qualification Authority
Scottish Courts Service
Scottish Prison Service
Transport Scotland
The Scottish Government Core Directorates
Highlands and Islands Enterprise
Crown Office & Procurator Fiscal Service
Scottish Police Authority
National Museums of Scotland
Scottish Children’s Reporter Administration
Scottish Enterprise
Scottish Environment Protection Agency
Scottish Legal Aid Board
Scottish Natural Heritage
Skills Development Scotland
Visit Scotland
Aberdeen City Council
Aberdeenshire Council
Angus Council
Argyll and Bute Council
City of Edinburgh Council
Clackmannanshire Council
Comhairle nan Eilean Siar
Dumfries and Galloway Council
Dundee City Council
East Ayrshire Council
East Dunbartonshire Council
East Lothian Council
East Renfrewshire Council
Falkirk Council
Fife Council
Glasgow City Council
Highland Council
Inverclyde Council
Midlothian Council
Moray Council, The
North Ayrshire Council
North Lanarkshire Council
Orkney Islands Council
Perth and Kinross Council
Renfrewshire Council
Scottish Borders Council
Shetland Islands Council
South Ayrshire Council
South Lanarkshire Council
Stirling Council
West Dunbartonshire Council
West Lothian Council
Central Scotland Fire and Rescue Service
Dumfries and Galloway Fire and Rescue Service
Fife Fire and Rescue Service
Grampian Fire and Rescue Service
Highlands and Islands Fire and Rescue Service
Lothian and Borders Fire and Rescue Service
Strathclyde Fire and Rescue Service
Tayside Fire and Rescue Service
Golden Jubilee Hospital (National Waiting Times Centre Board)
NHS 24
NHS Ayrshire and Arran
NHS Borders
NHS Dumfries and Galloway
NHS Education for Scotland
NHS Fife
NHS Forth Valley
NHS Grampian
NHS Greater Glasgow and Clyde
NHS Health Scotland
NHS Highland
NHS Lanarkshire
NHS Lothian
NHS Orkney
Healthcare Improvement Scotland
NHS Shetland
NHS Tayside
NHS Western Isles
Scottish Ambulance Service
The Common Services Agency for the Scottish Health Service
The State Hospital for Scotland
Aberdeen College
Adam Smith College
Angus College
Anniesland College
Ayr College
Banff and Buchan College
Barony College
Borders College
Cardonald College
Carnegie College
Central College of Commerce
Clydebank College
Coatbridge College
Cumbernauld College
Dumfries and Galloway College
Dundee College
Edinburghs Telford College
Elmwood College
Forth Valley College
Glasgow College of Nautical Studies
Glasgow Metropolitan College
Inverness College
James Watt College
Jewel and Esk College
John Wheatley College
Kilmarnock College
Langside College
Lews Castle College
Moray College
Motherwell College
Newbattle Abbey College
North Glasgow College
North Highland College
Oatridge College
Orkney College
Perth College
Reid Kerr College
Sabhal Mor Ostaig
Shetland College
South Lanarkshire College
Stevenson College
Stow College
West Lothian College
Edinburgh College of Art
Edinburgh Napier University
Glasgow Caledonian University
Glasgow School of Art
Heriot-Watt University
Queen Margaret University
Robert Gordon University
Royal Scottish Academy of Music and Drama
Scottish Agricultural College
UHI Millennium Institute
University of Aberdeen
University of Abertay Dundee
University of Dundee
University of Edinburgh
University of Glasgow
University of St Andrews
University of Stirling
University of Strathclyde
University of the West of Scotland
Cairngorms National Park Authority
Office of Scottish Charity Regulator
Forestry Commission Scotland
Audit Scotland
Welsh Public Bodies
National Assembly for Wales, Welsh Assembly Government and Welsh Local Authorities, and all bodies covered by:

NHS Wales

Housing Associations — Registered Social Landlords Wales
NI Public Bodies
Northern Ireland Government Departments

Northern Ireland Public Sector Bodies and Local Authorities

Schools in Northern Ireland

Universities in Northern Ireland

Health and Social care in Northern Ireland

Northern Ireland Housing Associations

Police Service of Northern Ireland

Any corporation established, or a group of individuals appointed to act together, for the specific purpose of meeting needs in the general interest, not having an industrial or commercial character, and
(i) financed wholly or mainly by another UK public sector body listed above in this section VI.3;
(ii) subject to management supervision by another UK public sector body listed above in this section VI.3; or
(iii) 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, are appointed by another UK public sector body listed above in this section VI.3
(iv) an association of or formed by one or more of the UK public sector bodies listed above in this section VI.3
If you have any queries regarding this process please contact the CCS Sourcing Policy Team.
From 2.4.2014 the Government has introduced Government Security Classifications (GSC) classification scheme to replace the previous Government Protective Marking Scheme (GPMS). A key aspect of this is the reduction in the number of security classifications used. All potential suppliers should make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC:

Please refer to the Invitation to Tender document for the CCS complaints procedure.
VI.4) Procedures for appeal:
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:There is no right of appeal in this procurement. If you have a complaint or seek to challenge the outcome, please follow the guidance on procedure contained in the previous section.
VI.5) Date of dispatch of this notice:
20.05.2016