Section one: Contracting authority
one.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
Contact
Debra MacLeod
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of a National Source-to-Contract (S2C) Solution
Reference number
SP-25-010
two.1.2) Main CPV code
- 72500000 - Computer-related services
two.1.3) Type of contract
Services
two.1.4) Short 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.
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.
two.1.5) Estimated total value
Value excluding VAT: £11,900,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
- 48000000 - Software package and information systems
- 48219300 - Administration software package
- 48517000 - IT software package
- 72261000 - Software support services
- 48490000 - Procurement software package
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland
two.2.4) Description of the procurement
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
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £11,900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended for a period of two, 24-month extension options and one final, 12-month extension option
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) 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.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
The Authority will undertake a Company Financial Assessment for each Tenderer using Dun & Bradstreet (D&B) Failure Risk Score for
the Tenderer and any consortia or reliance members. Details of the D&B "A Guide to Dun & Bradstreet’s Predictive Indicators" – can be
found using the http address below: https://www.dnb.co.uk/about-us/our-analytics/predictors-scores-ratings/scores-ratings.html
There 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.
If the D&B Failure Risk Score is 50 or more you will receive a pass for this assessment. If the D&B Failure Risk Score is less than 50 or no D&B Risk Failure score is available the Authority will contact the Tenderer and seek further information.
The Authority will then use this further information to assess the Tenderer’s 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
more) or a performance bond. If this assessment identifies an unmanageable risk (i.e. it is unacceptable) the Tenderer will fail this assessment.
SPD 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:
Public Liability Insurance in the sum of not less than 5,000,000 GBP and;
Professional Risk Indemnity Insurance in the sum of not less than 5,000,000 GBP; and;
Employer’s (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
force.
In responding to Question Ref 4B.5 where the economic operator responds “No, and I cannot commit to obtain it” they shall be marked as FAIL and shall be excluded from this procurement competition.
Minimum level(s) of standards possibly required
The Authority will undertake a Company Financial Assessment for each Tenderer using Dun & Bradstreet (D&B) Failure Risk Score for
the Tenderer and any consortia or reliance members. Details of the D&B "A Guide to Dun & Bradstreet’s Predictive Indicators" – can be
found using the http address below: https://www.dnb.co.uk/about-us/our-analytics/predictors-scores-ratings/scores-ratings.html
There 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.
If the D&B Failure Risk Score is 50 or more you will receive a pass for this assessment. If the D&B Failure Risk Score is less than 50 or no D&B Risk Failure score is available the Authority will contact the Tenderer and seek further information.
The Authority will then use this further information to assess the Tenderer’s 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
more) or a performance bond. If this assessment identifies an unmanageable risk (i.e. it is unacceptable) the Tenderer will fail this assessment.
SPD 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:
Public Liability Insurance in the sum of not less than 5,000,000 GBP and;
Professional Risk Indemnity Insurance in the sum of not less than 5,000,000 GBP; and;
Employer’s (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
force.
In responding to Question Ref 4B.5 where the economic operator responds “No, and I cannot commit to obtain it” they shall be marked as FAIL and shall be excluded from this procurement competition.
three.1.3) Technical and professional ability
List and brief description of selection criteria
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.
SPD 4C.4 – The tenderer is required to provide a statement of the relevant supply chain management and/or tracking systems used
SPD 4C.7 – The tenderer is required to provide details of the environmental management measures which the tenderer will be able to use when performing the contract.
SPD 4C.10 – 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 level(s) of standards possibly required
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.
SPD 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:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
If the tenderer is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
SPD 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’s carbon emissions.
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-043209
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 March 2026
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 March 2026
Local time
5:00pm
Place
Opening will take place in PCST
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
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.
Each tender will be individually evaluated to identify the most economically advantageous service provider, based on the Price / Quality weightings detailed in this notice.
Questions that form the Quality award criteria will be scored using the following methodology:
0 - Unacceptable; 1 - Poor; 2 - Acceptable; 3 - Good; 4 - Excellent
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30271.
The 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
The 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:
not required.
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:
Please see Schedule 2A (Statement of Requirements) for further details
(SC Ref:814268)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom