OutSystems Services - Dynamic Purchasing System

Open

Value

£8,000,000

Classifications

  • IT services: consulting, software development, Internet and support
  • Maintenance of information technology software
  • Repair of information technology software
  • Information technology requirements review services
  • Information technology services
  • Computer support and consultancy services

Tags

  • tender

Submission Deadline

1 year from now

Published

2 years ago

Description

The Authority has established a Dynamic Purchasing System (DPS) for Outsystems Services including Support, Maintenance, Application Development, Client-Side Support and Continuous Improvement.
The DPS is 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.
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.

Similar Contracts

Open

Home Office English Language Testing (HOELT) Services

The Home Office English Language Test (HOELT) Programme vision is to deliver a best-in-class language testing service, underpinned by automation and efficiency to enable critical UK Visa and Immigration decision making. To do this, we need to deliver a secure, accessible and fair English Language Testing service for our customers.   This procurement seeks a fully remote language testing service, balancing continuity with improvements and transformation. HOELT will move to a digital-by-default approach, while upholding the rigorous standards necessary to support our immigration decisions. The successful provider will deliver a service that combines technological innovation with security assurance, enabling customers to demonstrate their English language skills with confidence and convenience throughout their UK immigration journey.  Overview of the Service: The Supplier shall provide a fully managed Remote Testing service.  HOELTs shall be delivered securely in any location where the Customer chooses to take the test, provided secure test conditions are met.  The HOELTs shall be available in two formats:   2-Facet: Speaking and Listening (A1 to C2)   4-Facet: Speaking, Listening, Reading, and Writing (A1 to C2)  The HOELT Fees shall be regulated, as determined by the Authority. All HOELT scores shall map clearly to CEFR levels A1 to C2, as published by the Council of Europe.  Authority recognises that there is significant uncertainty regarding future demand for English Language Testing (ELT) services in each country and location, the advertised contract value must be concidered in this context. This uncertainty arises from a combination of factors, including:  Ongoing changes to UK immigration policy following the Immigration White Paper;  The transition to a new contracting model for the delivery of ELT services;  Broader external influences such as global events, geopolitical developments, environmental disruptions, and demographic shifts.  Given this context, the Authority is unable to provide indicative forecasts or guarantees regarding future test volumes. The Service must therefore be demonstrably scalable and responsive to fluctuations in demand, both increases and decreases. The Supplier shall proactively manage changes in demand and demonstrate flexibility in adapting to evolving Service requirements throughout the Term. Please note, five Requests for Information (RFIs) have been run as part of market engagement to inform this procurement. Links to the notices published in relation to the market engagement are below for further information: RFI 1: https://www.find-tender.service.gov.uk/Notice/027422-2024 RF 2: https://www.find-tender.service.gov.uk/Notice/035979-2024 RFI 3: https://www.find-tender.service.gov.uk/Notice/014337-2025 RFI 4: https://www.find-tender.service.gov.uk/Notice/036839-2025 RFI 5: https://www.find-tender.service.gov.uk/Notice/054810-2025

Katy Reed

Published 20 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete