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

Provision of a National Source-to-Contract (S2C) Solution

  • Cyhoeddwyd gyntaf: 31 Ionawr 2026
  • Wedi'i addasu ddiwethaf: 31 Ionawr 2026
  • Fersiwn: N/A
  • Cofnodi Diddordeb

     

  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

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-056675
Cyhoeddwyd gan:
Scottish Government
ID Awudurdod:
AA26920
Dyddiad cyhoeddi:
31 Ionawr 2026
Dyddiad Cau:
20 Mawrth 2026
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Scottish Ministers through the National Collaborative Procurement Division of the Scottish Government has identified the need for a National Source-to-Contract (S2C) Solution, which shall be used by all public sector organisations across Scotland.

It is intended that the contract shall be for a period of 5 years, with two options to extend for a period of 24 months and a final option to extend for a period of 12 months.

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: Debra MacLeod

E-bost: Debra.MacLeod@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/


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

Provision of a National Source-to-Contract (S2C) Solution

Cyfeirnod: SP-25-010

II.1.2) Prif god CPV

72500000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The Scottish Ministers through the National Collaborative Procurement Division of the Scottish Government has identified the need for a National Source-to-Contract (S2C) Solution, which shall be used by all public sector organisations across Scotland.

It is intended that the contract shall be for a period of 5 years, with two options to extend for a period of 24 months and a final option to extend for a period of 12 months.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 11 900 000.00 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

72000000

48000000

48219300

48517000

72261000

48490000

II.2.3) Man cyflawni

Cod NUTS:

UKM


Prif safle neu fan cyflawni:

Scotland

II.2.4) Disgrifiad o’r caffaeliad

The Scottish Government (SG), is now seeking a suitably qualified and experienced supplier (the “Service Provider”) who will be responsible for the supply support and maintenance of a new “Source to Contract Solution”, otherwise referred to as the S2C Solution and will be made available to all Scottish public sector bodies and organisations. Both the Solution and the associated Services, will form the core of the S2C procurement capability in supporting improved usability, streamlined business processes, and enhanced data management across the end-to-end procurement lifecycle.

The purpose of this new service is to provide a secure, scalable, and user-focused Solution to support the full S2C processes and services. This document sets out in detail, key functional areas, service requirements, and scope of the new S2C Solution.

The core functional areas in scope are expected to include:

- Supplier Registration

- Creation, publishing and advertising of procurement notices

- Carry out low value quotations (Quick Quote)

- Sourcing and tender management

- Evaluation and award

- Contract creation, approval, and management

- Contract and Supplier management

- Reporting and management information

The Service Provider will be required to deliver the following high-level areas as part of the Transition, Mobilisation and Implementation phases across the Scottish public sector customer base:-

- Mobilisation and project initiation

- Solution design, configuration and integration readiness

- Transition and implementation

- Testing, Training and Readiness

- Go-Live and Early Life Support

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 70

Price / Pwysoliad:  30

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 11 900 000.00 GBP

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

Hyd mewn misoedd: 60

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The contract may be extended for a period of two, 24-month extension options and one final, 12-month extension option

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: Na

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

II.2.14) Gwybodaeth ychwanegol

The Contract will be based on Scottish Government’s ICT Model terms and conditions with bespoke amendments. Each tenderer shall be invited to submit a Tender on the same contract terms.

Please note that the budget figure provided is for the full term of the contract notice, including any potential contract extensions.

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:

The Authority will undertake a Company Financial Assessment for each Tenderer using Dun & Bradstreet (D&B) Failure Risk Score for

the Tenderer and any consortia or reliance members. Details of the D&B "A Guide to Dun & Bradstreet’s Predictive Indicators" – can be

found using the http address below: https://www.dnb.co.uk/about-us/our-analytics/predictors-scores-ratings/scores-ratings.html

There must be no qualification or contra-indication from any evidence provided in support of the Tenderers economic and financial standing. The Authority has the right to request copies of financial accounts and insurance certificates which are not held electronically.

If the D&B Failure Risk Score is 50 or more you will receive a pass for this assessment. If the D&B Failure Risk Score is less than 50 or no D&B Risk Failure score is available the Authority will contact the Tenderer and seek further information.

The Authority will then use this further information to assess the Tenderer’s level of failure risk. In the event that the Tenderer does not meet the financial criteria above and/or the level of failure risk after assessment of further information is considered to be too high, they may still be considered via some form of other assurance e.g. Parent Company Guarantee (providing parent has a failure risk score of 50 or

more) or a performance bond. If this assessment identifies an unmanageable risk (i.e. it is unacceptable) the Tenderer will fail this assessment.

SPD Statements 4B.5 Insurance requirements: It is a requirement that tenderers hold or can commit to obtain prior to the commencement of any subsequently awarded contract the types of insurance indicated below:

Public Liability Insurance in the sum of not less than 5,000,000 GBP and;

Professional Risk Indemnity Insurance in the sum of not less than 5,000,000 GBP; and;

Employer’s (Compulsory) Liability Insurance in the sum of not less than 5,000,000 GBP or in accordance with any legal obligation for the time being in

force.

In responding to Question Ref 4B.5 where the economic operator responds “No, and I cannot commit to obtain it” they shall be marked as FAIL and shall be excluded from this procurement competition.


Lefel(au) gofynnol y safonau sydd eu hangen:

The Authority will undertake a Company Financial Assessment for each Tenderer using Dun & Bradstreet (D&B) Failure Risk Score for

the Tenderer and any consortia or reliance members. Details of the D&B "A Guide to Dun & Bradstreet’s Predictive Indicators" – can be

found using the http address below: https://www.dnb.co.uk/about-us/our-analytics/predictors-scores-ratings/scores-ratings.html

There must be no qualification or contra-indication from any evidence provided in support of the Tenderers economic and financial standing. The Authority has the right to request copies of financial accounts and insurance certificates which are not held electronically.

If the D&B Failure Risk Score is 50 or more you will receive a pass for this assessment. If the D&B Failure Risk Score is less than 50 or no D&B Risk Failure score is available the Authority will contact the Tenderer and seek further information.

The Authority will then use this further information to assess the Tenderer’s level of failure risk. In the event that the Tenderer does not meet the financial criteria above and/or the level of failure risk after assessment of further information is considered to be too high, they may still be considered via some form of other assurance e.g. Parent Company Guarantee (providing parent has a failure risk score of 50 or

more) or a performance bond. If this assessment identifies an unmanageable risk (i.e. it is unacceptable) the Tenderer will fail this assessment.

SPD Statements 4B.5 Insurance requirements: It is a requirement that tenderers hold or can commit to obtain prior to the commencement of any subsequently awarded contract the types of insurance indicated below:

Public Liability Insurance in the sum of not less than 5,000,000 GBP and;

Professional Risk Indemnity Insurance in the sum of not less than 5,000,000 GBP; and;

Employer’s (Compulsory) Liability Insurance in the sum of not less than 5,000,000 GBP or in accordance with any legal obligation for the time being in

force.

In responding to Question Ref 4B.5 where the economic operator responds “No, and I cannot commit to obtain it” they shall be marked as FAIL and shall be excluded from this procurement competition.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

SPD 4C.1.2 The tenderer is required to provide relevant examples of supplies and/or services carried out during the last five years as specified in the Contract Notice. Examples from both public and/or private sector customers and clients may be provided.

SPD 4C.4 – The tenderer is required to provide a statement of the relevant supply chain management and/or tracking systems used

SPD 4C.7 – The tenderer is required to provide details of the environmental management measures which the tenderer will be able to use when performing the contract.

SPD 4C.10 – The tenderer is required to confirm if any sub-contractors will be used in the delivery of the services and provide details of the proportion (i.e. percentage) of the contract they intend to sub-contract.


Lefel(au) gofynnol y safonau sydd eu hangen:

SPD 4C.1.2 - Tenderers will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies. Tenderers must provide 1 relevant example of delivering similar services, e.g. eSourcing; Portals; ERP; P2P, to those requirements and volumes described in the accompanying Schedule 2A Statement of Requirements, including Annex C Organisation and Users. If possible an example from the last 3 years should be provided. However a relevant example of delivering similar services within the past 7 years will be taken into account. The example should include details of, but is not limited to, your approach to deployment, onboarding and rollout across a diverse customer base within a timescale, how you supported both implementation and BAU and how service performance, availability, data security and compliance were managed. Please do so in no more than 1500 words.

SPD 4C.4 - If tenderers 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 tenderer is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.

SPD 4C.7 - Production and submission of evidence of steps taken to build awareness of the climate emergency and consideration of how the organisation plans to respond to it. This should include details of planned projects and actions to reduce the tenderer’s carbon emissions.

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 000-043209

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

Dyddiad: 20/03/2026

Amser lleol: 17:00

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: 9  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 20/03/2026

Amser lleol: 17:00

Place:

Opening will take place in PCST

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30271.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30271. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

not required.

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:

Please see Schedule 2A (Statement of Requirements) for further details

(SC Ref:814268)

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

30/01/2026

Codio

Categorïau nwyddau

ID Teitl Prif gategori
72500000 Gwasanaethau cyfrifiadurol Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth
72261000 Gwasanaethau cymorth meddalwedd Gwasanaethau sy’n gysylltiedig â meddalwedd
72000000 Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth Gwasanaethau Cyfrifiadurol a Chysylltiedig
48490000 Pecyn meddalwedd caffael Pecyn meddalwedd trafodion busnes a busnes personol
48219300 Pecyn meddalwedd gweinyddu Pecyn meddalwedd rhwydweithio amrywiol
48517000 Pecyn meddalwedd TG Pecyn meddalwedd cyfathrebu
48000000 Systemau pecynnau meddalwedd a gwybodaeth Gwasanaethau Cyfrifiadurol a Chysylltiedig

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:
Debra.MacLeod@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.