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

Digital Technology and Cyber Services Dynamic Purchasing System

  • Cyhoeddwyd gyntaf: 02 Mawrth 2023
  • Wedi'i addasu ddiwethaf: 02 Mawrth 2023

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-037f60
Cyhoeddwyd gan:
Scottish Government
ID Awudurdod:
AA26920
Dyddiad cyhoeddi:
02 Mawrth 2023
Dyddiad Cau:
31 Mawrth 2027
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Cyber Security Services Lot will provide cyber security services and resources that will aim to support digital and cyber resilience for public bodies.

The nature of services and resources typically required is diverse and some examples (non-exhaustive list) are; Cyber Security Specialists, Cyber Security services such as:- Penetration Testing, Cyber Security training and Assessment, Security Architecture Services, Risk Assessment and Management Services, Audit Review & Compliance, Incident Management & Response, Security Testing and Digital Forensics.

The scope of this Lot will focus on the supply of services and resources assisting the delivery of cyber resilience. Cyber resilience services and resources will also likely involve: providing expert advice; recommendations; training; or systems testing and assessment.

To assess your suitability for Lot 4 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Cyber Security Services similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted.

Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only.

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 in the lot descriptions.

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

Ffôn: +44 1412420207

E-bost: alasdair.rowan@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

Digital Technology and Cyber Services Dynamic Purchasing System

II.1.2) Prif god CPV

72000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The Scottish Government is establishing a collaborative Dynamic Purchasing System (DPS) for Digital Technology and Cyber Services. A key objective of this DPS is to offer a straightforward, flexible route to market for all Scottish public sector organisations with a requirement for digital technology and cyber services across four lots:

- Digital Technology Projects and Services

- Digital Technology Resources

- Digital Training Services

- Cyber Security Services

Potential participants must complete the SPD (Single Procurement Document) and meet the minimum entry criteria to participate on the DPS.

For details of public sector organisations who can access the DPS please see section (VI.3 Additional Information).

The Digital Technology and Cyber Services DPS will be open for new applicants throughout its lifetime.

II.1.6) Gwybodaeth am lotiau

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

Gellir cyflwyno tendrau ar gyfer pob lot

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Digital Technology Projects and Services

II.2.2) Cod(au) CPV ychwanegol

72224000

72230000

72232000

72260000

72211000

72212000

72243000

72221000

72300000

72400000

72500000

72590000

72600000

72800000

48200000

48800000

48900000

48730000

48731000

48732000

50312100

50323000

72267000

72610000

II.2.3) Man cyflawni

Cod NUTS:

UKM

II.2.4) Disgrifiad o’r caffaeliad

This Digital Technology Projects and Services Lot will provide 3rd party supplier delivery and support for digital technology services for Public Bodies.

Typically these digital technology projects or services will have known outcomes, objectives; deliverables; milestones and identified methodologies (e.g. agile and PRINCE2). Digital technology projects can be delivered in grouped or isolated phases including an end to end transformation of digital services from strategy/business need development right through to retire/exit or for ad-hoc requirements as part of a wider programme or project. These digital technology projects often need expertise to assist organisations to help develop and deliver specific pieces of work on a service, programme or project. Whilst not all digital projects use agile there is a growing use of the individual phases; Discovery, Alpha, Beta and Live. Suppliers may be be asked to undertake the end to end project or the independent phases.

Due to the wide and diverse nature of Digital Technology Projects and Services, it is not possible to list all the types envisaged - but some examples are; Integration Services, Managed ICT Services, ICT Support, Digital transformation projects, digital/on-line services, software and infrastructure engineering, user research, content design, service design, user experience, testing and auditing, training, service delivery/support, enablement services, server and infrastructure maintenance services, data analytics/services and Data science projects.

To assess your suitability for Lot 1 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Digital Technology Projects and Services similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted.

Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only.

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 in the lot descriptions.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical / Pwysoliad: 40 - 80 %

Price / Pwysoliad:  20 - 60 %

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

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

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

Yr isafswm nifer a ragwelir: 50

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

There is no maximum limit to the number of candidates in a dynamic purchasing system

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

Rhif y Lot 2

II.2.1) Teitl

Digital Technology Resources

II.2.2) Cod(au) CPV ychwanegol

72000000

64200000

71242000

71316000

72224000

72224100

79421200

II.2.3) Man cyflawni

Cod NUTS:

UKM

II.2.4) Disgrifiad o’r caffaeliad

The Digital Technology Resources Lot will provide resource skills and expertise in support of digital technology projects or services provided by Public Bodies. Resources will typically assist with the delivery of digital technology requirements and will be commissioned to deliver specific objectives and tasks.

The nature of digital technology resources typically required is diverse and some examples (non-exhaustive list) are; digital specialists, project & programme managers, user researcher, digital service design, business analysts, system designer, solutions architect, data architect, data modeller, product manager, systems developer, quality assurance analyst, web operations engineer, senior software engineer, network engineers/specialists, infrastructure engineers, test engineers data and analytics specialists and data scientists.

To assess your suitability for Lot 2 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Digital Technology Resources similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted.

Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only.

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 in the lot descriptions.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical / Pwysoliad: 40 - 80 %

Price / Pwysoliad:  20 - 60 %

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

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

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

Yr isafswm nifer a ragwelir: 50

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

Rhif y Lot 3

II.2.1) Teitl

Digital Training Services

II.2.2) Cod(au) CPV ychwanegol

72212931

80500000

80531200

80533000

80533100

II.2.3) Man cyflawni

Cod NUTS:

UKM

II.2.4) Disgrifiad o’r caffaeliad

The Digital Training Services Lot will provide 3rd party ICT training services and support for Public Bodies.

The nature of services and resources typically required is diverse and some examples (non-exhaustive list) are; off the shelf ICT training courses such as PRINCE2, Agile, Lean, etc. This could also include bespoke ICT training development for internal systems or an end to end service such as training requirements gathering, training strategy development and implementation. Individual trainers and training services such as "train the trainer" or Agile coaching are also included in scope. The services can be delivered in a classroom setting or remotely depending on the requirements. Training services or courses not related to ICT or Digital Technology are out of scope of this DPS.

To assess your suitability for Lot 3 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Digital Training Services similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted.

Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only.

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 in the lot descriptions.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical / Pwysoliad: 40 - 80 %

Price / Pwysoliad:  20 - 60 %

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

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

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

Yr isafswm nifer a ragwelir: 20

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

Rhif y Lot 4

II.2.1) Teitl

Cyber Security Services

II.2.2) Cod(au) CPV ychwanegol

72000000

II.2.3) Man cyflawni

Cod NUTS:

UKM

II.2.4) Disgrifiad o’r caffaeliad

Cyber Security Services Lot will provide cyber security services and resources that will aim to support digital and cyber resilience for public bodies.

The nature of services and resources typically required is diverse and some examples (non-exhaustive list) are; Cyber Security Specialists, Cyber Security services such as:- Penetration Testing, Cyber Security training and Assessment, Security Architecture Services, Risk Assessment and Management Services, Audit Review & Compliance, Incident Management & Response, Security Testing and Digital Forensics.

The scope of this Lot will focus on the supply of services and resources assisting the delivery of cyber resilience. Cyber resilience services and resources will also likely involve: providing expert advice; recommendations; training; or systems testing and assessment.

To assess your suitability for Lot 4 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Cyber Security Services similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted.

Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only.

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 in the lot descriptions.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical / Pwysoliad: 40 - 80 %

Price / Pwysoliad:  20 - 60 %

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

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

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

Yr isafswm nifer a ragwelir: 20

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

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

Applicants from the UK will be required to provide their tax reference numbers: i.e. Value Added Tax registration number, PAYE collection reference and Corporation Tax or Self-Assessment reference, as applicable. Please enter this number in section 2A question 2A.2 & 3 of the SPD.

Overseas and non-UK Potential Participants will be required to submit a certificate of tax compliance obtained from the country in which they are a resident for tax purposes.

The Authority has the right to request evidence that entry criteria is still valid at any point during the lifecycle 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. Approved suppliers will be asked to confirm their details annually on the anniversary of the implementation of the DPS.

It is a requirement of this DPS that suppliers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance as a minimum indicated below in accordance with any legal obligation for the time being in force:

Public Liability insurance of Minimum GBP 1M

Employers Liability insurance of Minimum GBP 5M

Professional Indemnity insurance of Minimum GBP 1M

Project specific insurance levels will be issued alongside the tender documentation at call-off stage.

The Dynamic Purchasing System will be available for use by the Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross- border public authorities within the meaning of section 88(5) of the Scotland Act 1998, the Scotland Office, the Scottish Parliamentary Corporate Body, councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994, Scottish Fire & Rescue Service, the Scottish Police Authority, Scottish health boards or special health boards, all NHS Scotland, The Integrated Joint Boards established further to the Public Bodies (Joint Working) Act 2014, bodies registered as social landlords under the Housing (Scotland) Act 2001, Student Loans Company Limited, the Forestry Commission, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Equality and Human Rights Commission, Business Stream Ltd, the Business Gateway National Unit at the Convention of Scottish Local Authorities, further or higher education institutions being fundable bodies within the meaning of section 6 of the further and Higher Education (Scotland) Act 2005, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing. In addition to the contracting authorities listed, the DPS agreement will be available to charities entered on the Scottish Charity Register and voluntary organisations entered on the Membership Database of the Scottish Council for Voluntary Organisations.

Information about Scottish Public Bodies is available at:

http://www.scotland.gov.uk/Topics/Government/public-bodies/about

Information about the Review of Public Procurement in Scotland and links to the other Centres of Expertise are available at:

http://www.scotland.gov.uk/Topics/Government/Procurement

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


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

III.2.2) Amodau perfformiad contractau

There will be an ongoing requirement to provide management information on the call-off contracts awarded through the DPS.

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 gyfyngedig

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

Mae’r caffaeliad yn golygu y caiff system brynu ddynamig ei sefydlu

Gallai’r system brynu ddynamig gael ei defnyddio gan brynwyr ychwanegol

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:

2022/S 000-031304

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

Dyddiad: 31/03/2027

Amser lleol: 12:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 31/03/2027

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

EN

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

Please note there is a Technical Envelope within PCS-Tender regarding both Fair Work and Cyber Security. Your responses are required for information purposes and are not part of the selection criteria. Applications will not be accepted via the PCS-T system unless you complete this Envelope.

Organisations who use the DPS for call-offs will issue them electronically through PCS-Tender. Many organisations use PCS-Tender, however for those organisations who do not use PCS-Tender, alternative electronic routes may also be used and are acceptable. We envisage the value of call off contracts to range from thousands to multi millions however no form of volume guarantee has been granted by the Authority. All participants awarded a place on a Lot on the DPS will be invited to all contract opportunities within the lot. Award criteria will be based on best price-quality ratio (see sect II.2.5 of this OJEU for ranges) which will be formulated more precisely at call-off and may incorporate mandatory minimum requirements bidders have to achieve.

This dynamic purchasing system supports national digital policies and frameworks such as:

Digital First Service Standard - https://resources.mygov.scot/standards/digital-first/

Scotland’s Digital Future: High Level Operating Framework - http://www.gov.scot/Resource/0048/00482416.pdf

Participants should be aware there is not a requirement to bid for all lots or provide all services under each Lot.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 23070. 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:

The Scottish Government is committed to contributing to the social, economic and environmental well-being of the people of Scotland, in order to create a more successful country, with opportunities for all of Scotland to flourish, through increasing sustainable economic growth.

(SC Ref:722635)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Sheriff Court

27 Chambers St

Edinburgh

EH1 1LB

UK

Ffôn: +44 1312252525

E-bost: edinburgh@scotcourts.gov.uk

Cyfeiriad(au) rhyngrwyd

URL: https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court

VI.5) Dyddiad anfon yr hysbysiad hwn

01/03/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
50312100 Cynnal a chadw ac atgyweirio cyfrifiaduron prif ffrâm Cynnal a chadw ac atgyweirio cyfarpar cyfrifiadurol
50323000 Cynnal a chadw ac atgyweirio perifferolion cyfrifiadurol Gwasanaethau atgyweirio a chynnal a chadw cyfrifiaduron personol
72232000 Datblygu meddalwedd prosesu trafodion a meddalwedd wedi’i theilwra Gwasanaethau datblygu meddalwedd wedi’i deilwra
71242000 Gwaith paratoi ac amcangyfrif costau prosiectau a dyluniadau Gwasanaethau pensaernïol, peirianneg a chynllunio
72800000 Gwasanaethau archwilio a phrofi cyfrifiaduron Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth
72500000 Gwasanaethau cyfrifiadurol Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth
72600000 Gwasanaethau cymorth ac ymgynghori ar gyfrifiaduron Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth
72610000 Gwasanaethau cymorth cyfrifiadurol Gwasanaethau cymorth ac ymgynghori ar gyfrifiaduron
72224100 Gwasanaethau cynllunio i roi systemau ar waith Gwasanaethau ymgynghori ar reoli prosiectau
72267000 Gwasanaethau cynnal a chadw ac atgyweirio meddalwedd Gwasanaethau sy’n gysylltiedig â meddalwedd
72300000 Gwasanaethau data Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth
72212931 Gwasanaethau datblygu meddalwedd hyfforddi Gwasanaethau rhaglennu meddalwedd rhaglenni
72230000 Gwasanaethau datblygu meddalwedd wedi’i deilwra Gwasanaethu rhaglennu meddalwedd ac ymgynghori ar feddalwedd
79421200 Gwasanaethau dylunio prosiectau heblaw ar gyfer gwaith adeiladu Gwasanaethau rheoli prosiectau heblaw ar gyfer gwaith adeiladu
80500000 Gwasanaethau hyfforddi Gwasanaethau addysg a hyfforddiant
80533100 Gwasanaethau hyfforddiant cyfrifiadurol Gwasanaethau ymgyfarwyddo a hyfforddi cyfrifiadur-defnyddiwr
80531200 Gwasanaethau hyfforddiant technegol Gwasanaethau hyfforddiant diwydiannol a thechnegol
72590000 Gwasanaethau proffesiynol cyfrifiadurol Gwasanaethau cyfrifiadurol
72243000 Gwasanaethau rhaglennu Gwasanaethau dadansoddi a rhaglenni systemau
72212000 Gwasanaethau rhaglennu meddalwedd rhaglenni Gwasanaethau rhaglennu cynhyrchion meddalwedd mewn pecyn
72211000 Gwasanaethau rhaglennu systemau a meddalwedd defnyddwyr Gwasanaethau rhaglennu cynhyrchion meddalwedd mewn pecyn
72400000 Gwasanaethau rhyngrwyd Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth
72260000 Gwasanaethau sy’n gysylltiedig â meddalwedd Gwasanaethu rhaglennu meddalwedd ac ymgynghori ar feddalwedd
64200000 Gwasanaethau telathrebu Gwasanaethau post a thelathrebu
72000000 Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth Gwasanaethau Cyfrifiadurol a Chysylltiedig
80533000 Gwasanaethau ymgyfarwyddo a hyfforddi cyfrifiadur-defnyddiwr Gwasanaethau hyfforddiant galwedigaethol
72221000 Gwasanaethau ymgynghori ar ddadansoddi busnes Gwasanaethau ymgynghori ar systemau a materion technegol
71316000 Gwasanaethau ymgynghori ar delathrebu Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu
72224000 Gwasanaethau ymgynghori ar reoli prosiectau Gwasanaethau ymgynghori ar systemau a materion technegol
48730000 Pecyn meddalwedd diogelwch Rhaglenni gwasanaethu pecynnau meddalwedd
48732000 Pecyn meddalwedd diogelwch data Pecyn meddalwedd diogelwch
48731000 Pecyn meddalwedd diogelwch ffeiliau Pecyn meddalwedd diogelwch
48200000 Pecyn meddalwedd rhwydweithio, Rhyngrwyd a mewnrwyd Systemau pecynnau meddalwedd a gwybodaeth
48900000 Pecynnau meddalwedd a systemau cyfrifiadurol amrywiol Systemau pecynnau meddalwedd a gwybodaeth
48800000 Systemau a gweinyddion gwybodaeth Systemau pecynnau meddalwedd a gwybodaeth

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:
alasdair.rowan@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.