Buyer Name: Scottish Government
Buyer Address: 5 Atlantic Quay, 150 Broomielaw, Glasgow, UKM, G2 8LU, United Kingdom
Contact Name: Sophie Stark
Contact Email: Sophie.Stark@gov.scot
Contact Telephone: +44 412425466
Buyer Name: Scottish Government
Buyer Address: 5 Atlantic Quay, 150 Broomielaw, Glasgow, UKM, G2 8LU, United Kingdom
Contact Name: Sophie Stark
Contact Email: Sophie.Stark@gov.scot
Contact Telephone: +44 412425466
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.
No linked documents found for this notice.
Lot Description: 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.
Lot 1 Status: active
Lot 1 Has Options: Yes
Lot 1 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.
Lot 1 Value: GBP 12,000,000.00
Lot 1 Award Criterion (quality): Project Management
Lot 1 Award Criterion (quality): Ballot Papers, Postal Vote Packs, and other Printed Materials
Lot 1 Award Criterion (quality): Security (M)
Lot 1 Award Criterion (quality): System Requirements (M)
Lot 1 Award Criterion (quality): Elections
Lot 1 Award Criterion (quality): Skills & Resources
Lot 1 Award Criterion (quality): Sustainability and Community Benefits
Lot 1 Award Criterion (quality): Fair Work First
{
"buyer": {
"id": "GB-FTS-1538",
"name": "Scottish Government"
},
"date": "2025-03-28T08:45:23Z",
"description": "0 Unacceptable Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.\n1 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.\n2 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.\n3 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.\n4 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.\nTenderers 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.\nBidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement.\nIf there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must\ncomplete and reattach the SPD Supplier Response Form attached to SPD.\n4C4 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.\n4C7 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.\nThe buyer is using PCS-Tender to conduct this ITT exercise.\nThe Project code is 28656 and the ITT code is 58391. For more information see:\nhttp://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nCommunity benefits are included in this requirement.\nThe 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\nA sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nCommunity Benefits (please refer to paragraphs 121-128 of Schedule 2 \u2013 Statement of Requirements)\nThe tenderer must provide a Community Benefits proposal that is relevant to the subject matter of this contract and supports the Authority\u2019s commitment to contributing to the social, economic \u0026 environmental well-being of the people of Scotland, as described in the Statement of Requirements.\nTenderers 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.\nGood 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.\nProposals can be innovative but must be tangible and measurable, so that they can be monitored and reported throughout the contract.\n(SC Ref:792975)",
"id": "011663-2025",
"initiationType": "tender",
"language": "en",
"links": [
{
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000792975",
"rel": "canonical"
}
],
"ocid": "ocds-h6vhtk-04790e",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G2 8LU",
"region": "UKM",
"streetAddress": "5 Atlantic Quay, 150 Broomielaw"
},
"contactPoint": {
"email": "Sophie.Stark@gov.scot",
"name": "Sophie Stark",
"telephone": "+44 412425466",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"details": {
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482",
"classifications": [
{
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions",
"id": "MINISTRY",
"scheme": "TED_CA_TYPE"
},
{
"description": "General public services",
"id": "01",
"scheme": "COFOG"
}
],
"url": "http://www.scotland.gov.uk"
},
"id": "GB-FTS-1538",
"identifier": {
"legalName": "Scottish Government"
},
"name": "Scottish Government",
"roles": [
"buyer",
"centralPurchasingBody"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"streetAddress": "27 Chambers Street"
},
"id": "GB-FTS-675",
"identifier": {
"legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
},
"name": "Edinburgh Sheriff Court and Justice of the Peace Court",
"roles": [
"reviewBody"
]
}
],
"tag": [
"tender"
],
"tender": {
"awardPeriod": {
"startDate": "2025-05-30T12:00:00+01:00"
},
"bidOpening": {
"date": "2025-05-30T12:00:00+01:00"
},
"classification": {
"description": "Computer hardware acceptance testing consultancy services",
"id": "72140000",
"scheme": "CPV"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicOrdering": true,
"hasElectronicPayment": true
},
"coveredBy": [
"GPA"
],
"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.\nThe 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.",
"hasRecurrence": false,
"id": "CASE/692538",
"items": [
{
"additionalClassifications": [
{
"description": "Electoral forms",
"id": "22821000",
"scheme": "CPV"
},
{
"description": "Miscellaneous software development services and computer systems",
"id": "72212900",
"scheme": "CPV"
},
{
"description": "Information systems or technology strategic review and planning services",
"id": "72222000",
"scheme": "CPV"
},
{
"description": "Data capture services",
"id": "72313000",
"scheme": "CPV"
},
{
"description": "Computer-related services",
"id": "72500000",
"scheme": "CPV"
},
{
"description": "Printing services",
"id": "79810000",
"scheme": "CPV"
},
{
"description": "Services related to printing",
"id": "79820000",
"scheme": "CPV"
},
{
"description": "Training services",
"id": "80500000",
"scheme": "CPV"
},
{
"description": "Specialist training services",
"id": "80510000",
"scheme": "CPV"
},
{
"description": "Project management consultancy services",
"id": "72224000",
"scheme": "CPV"
},
{
"description": "IT services: consulting, software development, Internet and support",
"id": "72000000",
"scheme": "CPV"
},
{
"description": "Public-opinion polling services",
"id": "79320000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "10%",
"name": "Project Management",
"type": "quality"
},
{
"description": "15%",
"name": "Ballot Papers, Postal Vote Packs, and other Printed Materials",
"type": "quality"
},
{
"description": "10%",
"name": "Security (M)",
"type": "quality"
},
{
"description": "25%",
"name": "System Requirements (M)",
"type": "quality"
},
{
"description": "15%",
"name": "Elections",
"type": "quality"
},
{
"description": "15%",
"name": "Skills \u0026 Resources",
"type": "quality"
},
{
"description": "5%",
"name": "Sustainability and Community Benefits",
"type": "quality"
},
{
"description": "5%",
"name": "Fair Work First",
"type": "quality"
},
{
"description": "20",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"description": "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.\nThe 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.",
"hasOptions": true,
"hasRenewal": true,
"id": "1",
"options": {
"description": "Optional services may include:\nAdditional Equipment;\nAdditional Staff;\nBy-Elections;\nPilots for different technology relating to eCounting;\nand\nany other changes arising from changes to policy or legislation."
},
"renewal": {
"description": "Initial duration will be 24 months with an option to extend the contract for up to an additional 60 months."
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"value": {
"amount": 12000000.0,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"selectionCriteria": {
"criteria": [
{
"appliesTo": [
"supplier"
],
"description": "Current Ratio\nMinimum Insurance Levels",
"minimum": "Bidders must demonstrate a Current Ratio of no less than 1.1, based on their most recently published accounts.\nCurrent Ratio will be calculated as follows: Net current assets divided by net current liabilities.\nThere must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.\nIf 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.\nIf 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.\nIt 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.\nEmployer\u0027s (Compulsory) Liability Insurance = in accordance with any legal obligations\nPublic Liability Insurance = 8 million GBP for any one incident and capped at 15 million GBP in total\nProfessional Indemnity Insurance = 8 million GBP for any one incident and capped at 15 million GBP in total",
"type": "economic"
},
{
"appliesTo": [
"supplier"
],
"description": "Information Security Management",
"minimum": "Minimum level(s) of standards required:\nThe 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.\nThe bidder must have achieved, or be committed to achieving prior to contract award, Cyber Essentials Plus accreditation or recognised equivalent.",
"type": "technical"
}
]
},
"status": "active",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"submissionTerms": {
"bidValidityPeriod": {
"durationInDays": 180
},
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-05-30T12:00:00+01:00"
},
"title": "DC-Electronic Counting for Scottish Local Government Elections 2027",
"value": {
"amount": 12000000.0,
"currency": "GBP"
}
}
}