Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
UK
Contact person: Sophie Stark
Telephone: +44 412425466
E-mail: Sophie.Stark@gov.scot
NUTS: UKM
Internet address(es)
Main address: http://www.scotland.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DC-Electronic Counting for Scottish Local Government Elections 2027
Reference number: CASE/692538
II.1.2) Main CPV code
72140000
II.1.3) Type of contract
Services
II.1.4) Short description
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) Estimated total value
Value excluding VAT:
12 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
22821000
72212900
72222000
72313000
72500000
79810000
79820000
80500000
80510000
72224000
72000000
79320000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
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) Award criteria
Criteria below:
Quality criterion: Project Management
/ Weighting: 10%
Quality criterion: Ballot Papers, Postal Vote Packs, and other Printed Materials
/ Weighting: 15%
Quality criterion: Security (M)
/ Weighting: 10%
Quality criterion: System Requirements (M)
/ Weighting: 25%
Quality criterion: Elections
/ Weighting: 15%
Quality criterion: Skills & Resources
/ Weighting: 15%
Quality criterion: Sustainability and Community Benefits
/ Weighting: 5%
Quality criterion: Fair Work First
/ Weighting: 5%
Price
/ Weighting:
20
II.2.6) Estimated value
Value excluding VAT:
12 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Initial duration will be 24 months with an option to extend the contract for up to an additional 60 months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
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) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Current Ratio
Minimum Insurance Levels
Minimum level(s) of standards required:
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) Technical and professional ability
List and brief description of selection criteria:
Information Security Management
Minimum level(s) of standards required:
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) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-020090
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/05/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
30/05/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
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) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.5) Date of dispatch of this notice
28/03/2025