Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

DC-Electronic Counting for Scottish Local Government Elections 2027

  • Cyhoeddwyd gyntaf: 07 Ebrill 2025
  • Wedi'i addasu ddiwethaf: 07 Ebrill 2025
  • Cofnodi Diddordeb

     

  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-04790e
Cyhoeddwyd gan:
Scottish Government
ID Awudurdod:
AA26920
Dyddiad cyhoeddi:
07 Ebrill 2025
Dyddiad Cau:
30 Mai 2025
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Scottish Government has a requirement to place a contract with an external service provider for the provision of Electronic Counting for Scottish Local Government Elections 2027 and by-elections up to 2032.

The services required include only those necessary to prepare for and deliver the electronic counting of votes and do not extend as far as the provision of services for the conduct of the elections themselves, which remains the responsibility of the Local Authorities.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

UK

Person cyswllt: Sophie Stark

Ffôn: +44 412425466

E-bost: Sophie.Stark@gov.scot

NUTS: UKM

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.scotland.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


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:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


I.4) Y math o awdurdod contractio

Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

DC-Electronic Counting for Scottish Local Government Elections 2027

Cyfeirnod: CASE/692538

II.1.2) Prif god CPV

72140000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The Scottish Government has a requirement to place a contract with an external service provider for the provision of Electronic Counting for Scottish Local Government Elections 2027 and by-elections up to 2032.

The services required include only those necessary to prepare for and deliver the electronic counting of votes and do not extend as far as the provision of services for the conduct of the elections themselves, which remains the responsibility of the Local Authorities.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 12 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

22821000

72212900

72222000

72313000

72500000

79810000

79820000

80500000

80510000

72224000

72000000

79320000

II.2.3) Man cyflawni

Cod NUTS:

UKM

II.2.4) Disgrifiad o’r caffaeliad

The Scottish Government requires a Service Provider to deliver electronic vote counting and associated services for the 2027 Scottish Local Government elections and potentially for any subsequent by-elections. The service provider will be required to deliver electronic counting of ballot papers for the proposed local elections in 2027 and potentially for any subsequent by-elections. The services required include only those necessary to prepare for and deliver the electronic counting of votes and do not extend as far as the provision of services for the conduct of the elections themselves, which remains the responsibility of the Local Authorities.

The next elections to Scottish Local Authorities are due to take place on 6 May 2027, with the Count expected to take place on Friday 7th May.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Project Management / Pwysoliad: 10%

Maes prawf ansawdd: Ballot Papers, Postal Vote Packs, and other Printed Materials / Pwysoliad: 15%

Maes prawf ansawdd: Security (M) / Pwysoliad: 10%

Maes prawf ansawdd: System Requirements (M) / Pwysoliad: 25%

Maes prawf ansawdd: Elections / Pwysoliad: 15%

Maes prawf ansawdd: Skills & Resources / Pwysoliad: 15%

Maes prawf ansawdd: Sustainability and Community Benefits / Pwysoliad: 5%

Maes prawf ansawdd: Fair Work First / Pwysoliad: 5%

Price / Pwysoliad:  20

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 12 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 24

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Initial duration will be 24 months with an option to extend the contract for up to an additional 60 months.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Optional services may include:

Additional Equipment;

Additional Staff;

By-Elections;

Pilots for different technology relating to eCounting;

and

any other changes arising from changes to policy or legislation.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Current Ratio

Minimum Insurance Levels


Lefel(au) gofynnol y safonau sydd eu hangen:

Bidders must demonstrate a Current Ratio of no less than 1.1, based on their most recently published accounts.

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 support of the bidders economic and financial standing.

If the tenderer (or any consortia or reliance partner) does not meet the requirements in relation to the current ratio then the audited financial accounts of the tenderer (or consortia or reliance partner) will be used to conduct an assessment of the risk of business failure. Bidders who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above.

If the tenderer (or any consortia or reliance partner) does not pass the above assessment and is unable to provide a Parent Company Guarantee or some other form of assurance, this will result in a fail and the bidder may be excluded.

It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below.

Employer's (Compulsory) Liability Insurance = in accordance with any legal obligations

Public Liability Insurance = 8 million GBP for any one incident and capped at 15 million GBP in total

Professional Indemnity Insurance = 8 million GBP for any one incident and capped at 15 million GBP in total

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Information Security Management


Lefel(au) gofynnol y safonau sydd eu hangen:

Minimum level(s) of standards required:

The bidder must have achieved, or be committed to achieving prior to contract award, ISO/IEC 27001 and ISO/IEC 27002 (Information Security Management) or recognised equivalent.

The bidder must have achieved, or be committed to achieving prior to contract award, Cyber Essentials Plus accreditation or recognised equivalent.

III.2) Amodau sy’n gysylltiedig â’r contract

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2024/S 000-020090

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 30/05/2025

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 30/05/2025

Amser lleol: 12:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

0 Unacceptable Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

1 Poor Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

2 Acceptable Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

3 Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.

4 Excellent Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

Tenderers are asked to confirm that they will pay staff that are involved in the delivery of services under the contract, at least the real Living Wage.

Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement.

If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must

complete and reattach the SPD Supplier Response Form attached to SPD.

4C4 SPD If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain.

4C7 SPD Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond.

The buyer is using PCS-Tender to conduct this ITT exercise.

The Project code is 28656 and the ITT code is 58391. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 58391. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community Benefits (please refer to paragraphs 121-128 of Schedule 2 – Statement of Requirements)

The tenderer must provide a Community Benefits proposal that is relevant to the subject matter of this contract and supports the Authority’s commitment to contributing to the social, economic & environmental well-being of the people of Scotland, as described in the Statement of Requirements.

Tenderers should not provide details of any existing initiatives they already undertake as part of their day-to-day business and the community benefits proposed must be generated specifically for and as a result of this contract.

Good proposals will demonstrate to evaluators that the tenderer has a comprehensive understanding of the subject matter of this contract and how the proposed benefits will reflect the national outcomes described in the Statement of Requirements.

Proposals can be innovative but must be tangible and measurable, so that they can be monitored and reported throughout the contract.

(SC Ref:792975)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Edinburgh Sheriff Court and Justice of the Peace Court

27 Chambers Street

Edinburgh

EH1 1LB

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

28/03/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
22821000 Ffurflenni etholiadol Ffurflenni
79810000 Gwasanaethau argraffu Gwasanaethau argraffu a gwasanaethau cysylltiedig
72313000 Gwasanaethau casglu data Gwasanaethau prosesu data
80510000 Gwasanaethau cludo teithwyr ar ffyrdd at ddibenion arbennig Gwasanaethau hyfforddi
72500000 Gwasanaethau cyfrifiadurol Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth
72212900 Gwasanaethau datblygu meddalwedd a systemau cyfrifiadurol amrywiol Gwasanaethau rhaglennu meddalwedd rhaglenni
80500000 Gwasanaethau hyfforddi Gwasanaethau addysg a hyfforddiant
79820000 Gwasanaethau sy’n gysylltiedig ag argraffu Gwasanaethau argraffu a gwasanaethau cysylltiedig
72000000 Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth Gwasanaethau Cyfrifiadurol a Chysylltiedig
79320000 Gwasanaethau trefn gyhoeddus Ymchwil marchnad ac ymchwil economaidd; arolygon barn ac ystadegau
72140000 Gwasanaethau ymgynghori ar brofion derbynioldeb caledwedd cyfrifiadurol Gwasanaethau ymgynghori ar galedwedd
72224000 Gwasanaethau ymgynghori ar reoli prosiectau Gwasanaethau ymgynghori ar systemau a materion technegol
72222000 Systemau gwybodaeth neu wasanaethau adolygu a chynllunio technoleg strategol Gwasanaethau ymgynghori ar systemau a materion technegol

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
Sophie.Stark@gov.scot
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.