Buyer Name: Scottish Government
Buyer Address: 5 Atlantic Quay, 150 Broomielaw, Glasgow, UKM, G2 8LU, United Kingdom
Contact Name: Debra MacLeod
Contact Email: Debra.MacLeod@gov.scot
Buyer Name: Scottish Government
Buyer Address: 5 Atlantic Quay, 150 Broomielaw, Glasgow, UKM, G2 8LU, United Kingdom
Contact Name: Debra MacLeod
Contact Email: Debra.MacLeod@gov.scot
The Scottish Ministers through the National Collaborative Procurement Division of the Scottish Government has identified the need for a National Source-to-Contract (S2C) Solution, which shall be used by all public sector organisations across Scotland. It is intended that the contract shall be for a period of 5 years, with two options to extend for a period of 24 months and a final option to extend for a period of 12 months.
No linked documents found for this notice.
Lot Description: The Scottish Government (SG), is now seeking a suitably qualified and experienced supplier (the “Service Provider”) who will be responsible for the supply support and maintenance of a new “Source to Contract Solution”, otherwise referred to as the S2C Solution and will be made available to all Scottish public sector bodies and organisations. Both the Solution and the associated Services, will form the core of the S2C procurement capability in supporting improved usability, streamlined business processes, and enhanced data management across the end-to-end procurement lifecycle. The purpose of this new service is to provide a secure, scalable, and user-focused Solution to support the full S2C processes and services. This document sets out in detail, key functional areas, service requirements, and scope of the new S2C Solution. The core functional areas in scope are expected to include: - Supplier Registration - Creation, publishing and advertising of procurement notices - Carry out low value quotations (Quick Quote) - Sourcing and tender management - Evaluation and award - Contract creation, approval, and management - Contract and Supplier management - Reporting and management information The Service Provider will be required to deliver the following high-level areas as part of the Transition, Mobilisation and Implementation phases across the Scottish public sector customer base:- - Mobilisation and project initiation - Solution design, configuration and integration readiness - Transition and implementation - Testing, Training and Readiness - Go-Live and Early Life Support Additional information: The Contract will be based on Scottish Government’s ICT Model terms and conditions with bespoke amendments. Each tenderer shall be invited to submit a Tender on the same contract terms. Please note that the budget figure provided is for the full term of the contract notice, including any potential contract extensions.
Lot 1 Status: active
Lot 1 Has Options: No
Lot 1 Value: GBP 11,900,000
Lot 1 Award Criterion (quality): Quality
{
"buyer": {
"id": "GB-FTS-1538",
"name": "Scottish Government"
},
"date": "2026-01-30T12:03:01Z",
"description": "The Single Procurement Document (Scotland) is a standard qualification questionnaire supplied by Scottish Ministers for all regulated procurements. The SPD (Scotland) is used to self-certify for the minimum requirements to tender for this contract opportunity and will be scored on a Pass/Fail basis.\nEach tender will be individually evaluated to identify the most economically advantageous service provider, based on the Price / Quality weightings detailed in this notice.\nQuestions that form the Quality award criteria will be scored using the following methodology:\n0 - Unacceptable; 1 - Poor; 2 - Acceptable; 3 - Good; 4 - Excellent\nThe buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30271.\nThe buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30271. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nThe Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:\nnot required.\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:\nPlease see Schedule 2A (Statement of Requirements) for further details\n(SC Ref:814268)",
"id": "008400-2026",
"initiationType": "tender",
"language": "en",
"links": [
{
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000814268",
"rel": "canonical"
}
],
"ocid": "ocds-h6vhtk-056675",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Glasgow",
"postalCode": "G2 8LU",
"region": "UKM",
"streetAddress": "5 Atlantic Quay, 150 Broomielaw"
},
"contactPoint": {
"email": "Debra.MacLeod@gov.scot",
"name": "Debra MacLeod",
"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": "2026-03-20T17:00:00Z"
},
"bidOpening": {
"address": {
"streetAddress": "Opening will take place in PCST"
},
"date": "2026-03-20T17:00:00Z"
},
"classification": {
"description": "Computer-related services",
"id": "72500000",
"scheme": "CPV"
},
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicOrdering": true,
"hasElectronicPayment": true
},
"coveredBy": [
"GPA"
],
"description": "The Scottish Ministers through the National Collaborative Procurement Division of the Scottish Government has identified the need for a National Source-to-Contract (S2C) Solution, which shall be used by all public sector organisations across Scotland.\nIt is intended that the contract shall be for a period of 5 years, with two options to extend for a period of 24 months and a final option to extend for a period of 12 months.",
"hasRecurrence": false,
"id": "SP-25-010",
"items": [
{
"additionalClassifications": [
{
"description": "IT services: consulting, software development, Internet and support",
"id": "72000000",
"scheme": "CPV"
},
{
"description": "Software package and information systems",
"id": "48000000",
"scheme": "CPV"
},
{
"description": "Administration software package",
"id": "48219300",
"scheme": "CPV"
},
{
"description": "IT software package",
"id": "48517000",
"scheme": "CPV"
},
{
"description": "Software support services",
"id": "72261000",
"scheme": "CPV"
},
{
"description": "Procurement software package",
"id": "48490000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "Scotland"
},
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "70",
"name": "Quality",
"type": "quality"
},
{
"description": "30",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1800
},
"description": "The Scottish Government (SG), is now seeking a suitably qualified and experienced supplier (the \u201cService Provider\u201d) who will be responsible for the supply support and maintenance of a new \u201cSource to Contract Solution\u201d, otherwise referred to as the S2C Solution and will be made available to all Scottish public sector bodies and organisations. Both the Solution and the associated Services, will form the core of the S2C procurement capability in supporting improved usability, streamlined business processes, and enhanced data management across the end-to-end procurement lifecycle.\nThe purpose of this new service is to provide a secure, scalable, and user-focused Solution to support the full S2C processes and services. This document sets out in detail, key functional areas, service requirements, and scope of the new S2C Solution.\nThe core functional areas in scope are expected to include:\n- Supplier Registration\n- Creation, publishing and advertising of procurement notices\n- Carry out low value quotations (Quick Quote)\n- Sourcing and tender management\n- Evaluation and award\n- Contract creation, approval, and management\n- Contract and Supplier management\n- Reporting and management information\nThe Service Provider will be required to deliver the following high-level areas as part of the Transition, Mobilisation and Implementation phases across the Scottish public sector customer base:-\n- Mobilisation and project initiation\n- Solution design, configuration and integration readiness\n- Transition and implementation\n- Testing, Training and Readiness\n- Go-Live and Early Life Support Additional information: The Contract will be based on Scottish Government\u2019s ICT Model terms and conditions with bespoke amendments. Each tenderer shall be invited to submit a Tender on the same contract terms.\nPlease note that the budget figure provided is for the full term of the contract notice, including any potential contract extensions.",
"hasOptions": false,
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "The contract may be extended for a period of two, 24-month extension options and one final, 12-month extension option"
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"value": {
"amount": 11900000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"selectionCriteria": {
"criteria": [
{
"appliesTo": [
"supplier"
],
"description": "The Authority will undertake a Company Financial Assessment for each Tenderer using Dun \u0026 Bradstreet (D\u0026B) Failure Risk Score for\nthe Tenderer and any consortia or reliance members. Details of the D\u0026B \"A Guide to Dun \u0026 Bradstreet\u2019s Predictive Indicators\" \u2013 can be\nfound using the http address below: https://www.dnb.co.uk/about-us/our-analytics/predictors-scores-ratings/scores-ratings.html\nThere must be no qualification or contra-indication from any evidence provided in support of the Tenderers economic and financial standing. The Authority has the right to request copies of financial accounts and insurance certificates which are not held electronically.\nIf the D\u0026B Failure Risk Score is 50 or more you will receive a pass for this assessment. If the D\u0026B Failure Risk Score is less than 50 or no D\u0026B Risk Failure score is available the Authority will contact the Tenderer and seek further information.\nThe Authority will then use this further information to assess the Tenderer\u2019s level of failure risk. In the event that the Tenderer does not meet the financial criteria above and/or the level of failure risk after assessment of further information is considered to be too high, they may still be considered via some form of other assurance e.g. Parent Company Guarantee (providing parent has a failure risk score of 50 or\nmore) or a performance bond. If this assessment identifies an unmanageable risk (i.e. it is unacceptable) the Tenderer will fail this assessment.\nSPD Statements 4B.5 Insurance requirements: It is a requirement that tenderers hold or can commit to obtain prior to the commencement of any subsequently awarded contract the types of insurance indicated below:\nPublic Liability Insurance in the sum of not less than 5,000,000 GBP and;\nProfessional Risk Indemnity Insurance in the sum of not less than 5,000,000 GBP; and;\nEmployer\u2019s (Compulsory) Liability Insurance in the sum of not less than 5,000,000 GBP or in accordance with any legal obligation for the time being in\nforce.\nIn responding to Question Ref 4B.5 where the economic operator responds \u201cNo, and I cannot commit to obtain it\u201d they shall be marked as FAIL and shall be excluded from this procurement competition.",
"minimum": "The Authority will undertake a Company Financial Assessment for each Tenderer using Dun \u0026 Bradstreet (D\u0026B) Failure Risk Score for\nthe Tenderer and any consortia or reliance members. Details of the D\u0026B \"A Guide to Dun \u0026 Bradstreet\u2019s Predictive Indicators\" \u2013 can be\nfound using the http address below: https://www.dnb.co.uk/about-us/our-analytics/predictors-scores-ratings/scores-ratings.html\nThere must be no qualification or contra-indication from any evidence provided in support of the Tenderers economic and financial standing. The Authority has the right to request copies of financial accounts and insurance certificates which are not held electronically.\nIf the D\u0026B Failure Risk Score is 50 or more you will receive a pass for this assessment. If the D\u0026B Failure Risk Score is less than 50 or no D\u0026B Risk Failure score is available the Authority will contact the Tenderer and seek further information.\nThe Authority will then use this further information to assess the Tenderer\u2019s level of failure risk. In the event that the Tenderer does not meet the financial criteria above and/or the level of failure risk after assessment of further information is considered to be too high, they may still be considered via some form of other assurance e.g. Parent Company Guarantee (providing parent has a failure risk score of 50 or\nmore) or a performance bond. If this assessment identifies an unmanageable risk (i.e. it is unacceptable) the Tenderer will fail this assessment.\nSPD Statements 4B.5 Insurance requirements: It is a requirement that tenderers hold or can commit to obtain prior to the commencement of any subsequently awarded contract the types of insurance indicated below:\nPublic Liability Insurance in the sum of not less than 5,000,000 GBP and;\nProfessional Risk Indemnity Insurance in the sum of not less than 5,000,000 GBP; and;\nEmployer\u2019s (Compulsory) Liability Insurance in the sum of not less than 5,000,000 GBP or in accordance with any legal obligation for the time being in\nforce.\nIn responding to Question Ref 4B.5 where the economic operator responds \u201cNo, and I cannot commit to obtain it\u201d they shall be marked as FAIL and shall be excluded from this procurement competition.",
"type": "economic"
},
{
"appliesTo": [
"supplier"
],
"description": "SPD 4C.1.2 The tenderer is required to provide relevant examples of supplies and/or services carried out during the last five years as specified in the Contract Notice. Examples from both public and/or private sector customers and clients may be provided.\nSPD 4C.4 \u2013 The tenderer is required to provide a statement of the relevant supply chain management and/or tracking systems used\nSPD 4C.7 \u2013 The tenderer is required to provide details of the environmental management measures which the tenderer will be able to use when performing the contract.\nSPD 4C.10 \u2013 The tenderer is required to confirm if any sub-contractors will be used in the delivery of the services and provide details of the proportion (i.e. percentage) of the contract they intend to sub-contract.",
"minimum": "SPD 4C.1.2 - Tenderers will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies. Tenderers must provide 1 relevant example of delivering similar services, e.g. eSourcing; Portals; ERP; P2P, to those requirements and volumes described in the accompanying Schedule 2A Statement of Requirements, including Annex C Organisation and Users. If possible an example from the last 3 years should be provided. However a relevant example of delivering similar services within the past 7 years will be taken into account. The example should include details of, but is not limited to, your approach to deployment, onboarding and rollout across a diverse customer base within a timescale, how you supported both implementation and BAU and how service performance, availability, data security and compliance were managed. Please do so in no more than 1500 words.\nSPD 4C.4 - If tenderers 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:\na) their standard payment terms\nb) \u226595% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.\nIf the tenderer is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.\nSPD 4C.7 - Production and submission of evidence of steps taken to build awareness of the climate emergency and consideration of how the organisation plans to respond to it. This should include details of planned projects and actions to reduce the tenderer\u2019s carbon emissions.",
"type": "technical"
}
]
},
"status": "active",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"submissionTerms": {
"bidValidityPeriod": {
"durationInDays": 270
},
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-03-20T17:00:00Z"
},
"title": "Provision of a National Source-to-Contract (S2C) Solution",
"value": {
"amount": 11900000,
"currency": "GBP"
}
}
}