Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
UK
Person cyswllt: Stuart Riach
E-bost: stuart.riach2@gov.scot
NUTS: UKM
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.gov.scot/
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/
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
DLGH Audit Services for Local Authority Verifiers & Certification Scheme Providers
Cyfeirnod: CASE/787743
II.1.2) Prif god CPV
79212000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The Scottish Government Building Standards Division (BSD) has a requirement to award a contract to an external service provider for the provision of audit services.
The Building (Scotland) Act 2003 sets out the role of verifiers and certification scheme providers with the Scottish building standards system and allows their appointment to perform their respective roles. Appointment of both verifiers and certification scheme providers is conditional on their ability to continue to meet the requirements of their respective Operating Frameworks (verification & certification) with periodic audits identified as one of the conditions of appointment.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKM
II.2.4) Disgrifiad o’r caffaeliad
The scope of the contract covers the auditing of 32 local authority verifiers and 6 certification scheme providers. The service provider will be required to deliver the following:
- Phase 1: Audit Plans and Schedules for both Certification Scheme Providers and Verifiers
- Phase 2: Audit of Certification Scheme Providers 2025-2026
- Phase 3: Audit of Verifiers 2026-2029
- Phase 4: Review of Certification Operating Framework
- Phase 5: Audit of Certification Scheme Providers 2027-2028
Delivery of additional cycles of audits of Certification Scheme Providers and delivery of stage 2 audits of Local Authority Verifiers may also be required during the contract term.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Overall Quality
/ Pwysoliad: 80%
Maes prawf ansawdd: Methodology
/ Pwysoliad: 40/100
Maes prawf ansawdd: Staffing
/ Pwysoliad: 30/100
Maes prawf ansawdd: Timetable and Delivery
/ Pwysoliad: 20/100
Maes prawf ansawdd: Fair Work First
/ Pwysoliad: 5/100
Maes prawf ansawdd: Business Continuity and Disaster Recovery
/ Pwysoliad: 5/100
Price
/ Pwysoliad:
20%
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
13/10/2025
Diwedd:
12/10/2030
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The contract may be extended for a period of up to 24 months. Subject to that constraint, the period of the Contract may be extended on more than one occasion.
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:
Delivery of additional cycles of Certification Scheme Provider audits, and delivery of stage 2 audits of local authority verifiers, may also be required from 2029 until the contract ends. Professional advice in relation to the audits, and spot audits where risks/needs arise, may also be required at any point during the contract term.
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:
SPD 4B.5: Insurance Requirements - the bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below.
Lefel(au) gofynnol y safonau sydd eu hangen:
SPD 4B.5.1a: Professional Risk Indemnity 1,000,000 GBP
SPD 4B.5.1b: Employer's (Compulsory) Liability Insurance 5,000,000 GBP
SPD 4B.5.2: Public Liability: 1,000,000 GBP
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
SPD 4C.1.2 - Tenderers to provide 2 examples of undertaking similar services within the last 3 years.
SPD 4C.4 - The tenderer is required to provide a statement of the relevant supply chain management and/or tracking systems used.
SPD 4C.10 - The tenderer is required to confirm if any sub-contractors will be used in the delivery of the services.
Lefel(au) gofynnol y safonau sydd eu hangen:
SPD 4C.1.2 - examples of undertaking audit services
SPD 4C.4 - 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. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
SPD 4C.10 - The tenderer is required to provide details of sub-contractors and the proportion (i.e percentage) of the contract they intend to subcontract.
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:
2025/S 000-035369
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
01/09/2025
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:
01/09/2025
Amser lleol: 12:00
Place:
PCS-Tender
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
The Single Procurement Document (Scotland) is a standard qualification questionnaire supplied by Scottish Ministers for all regulated procurements. The SPD (Scotland) is used to self-certify for the minimum requirements to tender for this contract opportunity and will be scored on a Pass/Fail basis.
Each tender will be individually evaluated to identify the most economically advantageous service provider, based on the Price / Quality weightings detailed in this notice.
Questions that form the Quality award criteria will be scored using the following methodology:
0 - Unacceptable; 1 - Poor; 2 - Acceptable; 3 - Good; 4 - Excellent
Tenderers must also confirm that they will pay staff that are involved in the delivery of services under the contract at least the real Living Wage and meet standards on payment of any subcontractors. Tenderers who do not pass these questions will not be considered further.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29844. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:806044)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Edinburgh Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
01/08/2025