Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

DC-Electronic Counting for Scottish Local Government Elections 2027

  • First published: 07 April 2025
  • Last modified: 07 April 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04790e
Published by:
Scottish Government
Authority ID:
AA26920
Publication date:
07 April 2025
Deadline date:
30 May 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
72140000 Computer hardware acceptance testing consultancy services Hardware consultancy services
72500000 Computer-related services IT services: consulting, software development, Internet and support
72313000 Data capture services Data-processing services
22821000 Electoral forms Forms
72222000 Information systems or technology strategic review and planning services Systems and technical consultancy services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72212900 Miscellaneous software development services and computer systems Programming services of application software
79810000 Printing services Printing and related services
72224000 Project management consultancy services Systems and technical consultancy services
79320000 Public-opinion polling services Market and economic research; polling and statistics
79820000 Services related to printing Printing and related services
80510000 Specialist training services Training services
80500000 Training services Education and training services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Sophie.Stark@gov.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.