Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
n/a
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Please refer to these statements when completing section 4B of the SPD (Scotland)
Statement for 4B - Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below:
Bidders must provide their ("general") yearly turnover for the last three financial years.
Bidders must provide their ("specific") yearly turnover for the last three financial years.
Bidders must must provide appropriate financial ratio information as set out within this Contract Notice.
Bidders must confirm they have the required levels of insurance as set out within this Contract Notice.
Lefel(au) gofynnol y safonau sydd eu hangen:
Please note that minimum required turnover per year should be 864,000 GBP.
The following ratios must be confirmed based on the Bidder's latest set of published accounts.
1- Return on Capital Employed: must be at a ratio greater than “0”.
2- Acid Test (Current Ratio): Current Ratio must be greater than “1”.
3- Gearing: Gearing must be a figure of less than 100%.
4- Interest Coverage: Interest Coverage must be a figure of 2 or above.
Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance:
Professional Risk Indemnity: 5 Million GBP
Employer's (Compulsory) Liability: 5 Million GBP
Public Liability: 5 Million GBP
Product Liability: 5 Million GBP
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
1. System Architecture and Design (30%)
-Overall Architecture (40%) – Evaluation of the design, components, and data flow within the Shared Data Pool and Management Portal.
-Scalability & High Availability (30%) – Ability to handle growth (starting at 100TB) and ensure uninterrupted service.
-Data Integrity & Fault Tolerance (30%) – Mechanisms to prevent data loss and maintain service continuity during system failures.
2. Security and Compliance (15%)
-Data Protection & Security Measures (50%) – Encryption, firewalls, access controls, and measures to prevent unauthorized access.
-Regulatory Compliance (25%) – Compliance with GDPR and other relevant data protection laws.
-Authentication & Access Control (25%) – Use of multi-factor authentication (MFA), role-based access control (RBAC), and secure login methods.
3. Performance and Scalability (20%)
-Handling Increased Loads (50%) – Ability to scale in 20TB increments and maintain performance.
-Latency Optimization (25%) – Methods to reduce delays in data retrieval and processing.
-Concurrent Usage Support (25%) – System capability to handle multiple users and simultaneous data requests.
4. Integration and Interoperability (15%)
-Compatibility with IT Infrastructure (100%) – How well the system integrates with existing enterprise networks, cloud services, and third-party tools.
5. Monitoring and Alerting (10%)
-Integrated Monitoring Features (35%) – Tools for tracking system health and performance.
-Alert Configuration & Management (35%) – How alerts are set up, triggered, and escalated for critical events.
-Real-Time Tracking (30%) – Capabilities for proactive issue detection and service optimization.
6. Support and Maintenance (10%)
-Support & Maintenance Services (60%) – Coverage, response times, and ongoing system maintenance commitments.
-24/7 UK-Based NOC Support (40%) – Availability of network operations centre (NOC) support, knowledge base, FAQs, and customer resources.
Lefel(au) gofynnol y safonau sydd eu hangen:
CFL requires that Bidders are able to demonstrate via previous examples that a range of goods and services have been provided in the past to other organisations with similar requirements.
Bidders should note that evidence of meeting these criteria is expected in the response to each question.
Minimum level(s) of standards required:
Qualification Envelope: Part 3, Section A, B, C, D will be scored on a pass/fail basis will be scored in line with the weighting shown above for all questions. If any question subject to ‘pass/fail’ scoring be scored ‘fail’ the entire submission may be set aside and take no further part in the competition.
Scored questions will be evaluated using the below methodology:
100- 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.
75 - 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.
50 - 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.
25 - 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.
0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 28654. For more information see: https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/00799465019543CFA9A1
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28654. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343