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

EIHR-Contact Scotland BSL

  • Cyhoeddwyd gyntaf: 17 Mehefin 2025
  • Wedi'i addasu ddiwethaf: 17 Mehefin 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-04f91d
Cyhoeddwyd gan:
Scottish Government
ID Awudurdod:
AA26920
Dyddiad cyhoeddi:
17 Mehefin 2025
Dyddiad Cau:
11 Gorffennaf 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 is seeking to establish a BSL/English Video Relay Service which enables BSL users to make short video calls using a BSL/English interpreter and emerging services on offer that complement a Video Relay Service. The Scottish Government requires a service that provides quality in terms of BSL/English interpreter translation and by reliable technical infrastructure. Suppliers should be able to demonstrate a high degree of cultural and linguistic awareness of Deaf and Deafblind BSL users who will use the service.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Scottish Government

Victoria Quay

Edinburgh

EH6 6QQ

UK

Ffôn: +44 412425466

E-bost: freya.boyes@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 mynediad at y dogfennau caffael yn gyfyngedig. Gellir cael rhagor o wybodaeth yn:

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

EIHR-Contact Scotland BSL

Cyfeirnod: Case 764539

II.1.2) Prif god CPV

79530000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The Scottish Government is seeking to establish a BSL/English Video Relay Service which enables BSL users to make short video calls using a BSL/English interpreter and emerging services on offer that complement a Video Relay Service. The Scottish Government requires a service that provides quality in terms of BSL/English interpreter translation and by reliable technical infrastructure. Suppliers should be able to demonstrate a high degree of cultural and linguistic awareness of Deaf and Deafblind BSL users who will use the service.

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 existing service, Contact Scotland BSL, has been in operation since 2016 and has been expanded to provide a 24 hour a day, 365 days a year national service. BSL users are able to call any public service, third sector organisation, private service or friends and family and can also receive calls. The service also handles calls using a Braille display for deafblind people. It should be noted it is not an emergency service.

The objectives of the Contract are to:

- Ensure that, through the Contact Scotland BSL service, public services, third sector organisations, as well as private sector services and personal calls to family and friends in Scotland are made accessible to Deaf BSL users who need to interact with them;

- Ensure that the Contact Scotland BSL service is delivered to the highest possible standard, with optimal reliability, integrity and fitness-for-purpose; is future-proofed, continuously improved and able to be developed and scaled-up; is protected from inappropriate use or abuse;

- Provide value-for-money to the public purse through delivery of an effective, efficient, competitive and comprehensive service.

The service comprises four main elements:

- Comprehensive management of the service;

- software;

- hardware;

- BSL/English interpreting and interpreting personnel.

The service will go live on 1 December 2025 following an implementation period.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Ability to provide the requirement / Pwysoliad: 15

Maes prawf ansawdd: Service Delivery / Pwysoliad: 30

Maes prawf ansawdd: Technical Proposal / Pwysoliad: 25

Maes prawf ansawdd: Staffing, Knowledge and Expertise / Pwysoliad: 20

Maes prawf ansawdd: Business Continuity and Disaster Recovery (BCDR) / Pwysoliad: 2.5

Maes prawf ansawdd: Fair Work First / Pwysoliad: 5

Maes prawf ansawdd: Community Benefits / Pwysoliad: 2.5

Price / Pwysoliad:  30

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

Dechrau: 01/09/2025

Diwedd: 30/11/2027

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The contract may be extended, at the sole discretion of Scottish Ministers by up to 24 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:

The contract may be extended, at the sole discretion of Scottish Ministers by up to 24 months.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

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:

Financial Ratios - Bidders must demonstrate a Current Ratio of 0.8 or more.

The current ratio shall be calculated as current assets/current liabilities and shall be based on the previous financial year. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing


Lefel(au) gofynnol y safonau sydd eu hangen:

- Public Liability Insurance (In the sum not less) - 5,000,000 GBP;

- Professional Indemnity Insurance (In the sum not less) - 2,000,000 GBP;

- Employer’s Liability Insurance - employer’s liability insurance in accordance with any legal obligation for the time being in force.

Such insurance must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination of the Contract.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

- Relevant examples of previous experience

- Supply Chain Management/Tracking Systems Used

- Environmental Management Measures


Lefel(au) gofynnol y safonau sydd eu hangen:

- Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice.

- 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.

-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. Accepted evidence includes but is not limited to:

- a completed copy of the Bidder ‘relevant contract’ Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated 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 000-011395

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

Dyddiad: 11/07/2025

Amser lleol: 11:00

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: 11/07/2025

Amser lleol: 11:00

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

Question Scoring Methodology for Award Criteria outlined in invitation to tender

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.

Please note there are minimum requirements concerning Cyber Security for this contract.

Tenderers are also 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.

they will meet standards on payment of subcontractors

Tenderers who do not pass these questions will not be subject to Commercial Analysis. As a result the tender will not be considered further.

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.

The contract value is estimated to be no less than 700,000 – 750,000 GBP per annum for each financial year. Subject to Ministerial commitments, Scottish Ministers reserve the right to increase the budget. Scottish Ministers reserves the right to purchase additional services on an annual basis. The volume of additional minutes should not exceed 50% the Bundled Monthly Package amounts per year. In the event of exceeding the normal annual amounts, the cost per minute value will be used to purchase additional services. If the extension option is applied a CPI uplift may apply as outlined in the Pricing Schedule.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29421. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:801063)

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

09/06/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
79530000 Gwasanaethau cyfieithu Gwasanaethau cymorth swyddfa

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:
freya.boyes@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.