Tender

National Digital Maturity Assessment and Learning and Development Platform for Health and Social Care

  • Scottish Government

F02: Contract notice

Notice identifier: 2025/S 000-043204

Procurement identifier (OCID): ocds-h6vhtk-056671

Published 25 July 2025, 3:09pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

Contact

Stuart Riach

Email

stuart.riach2@gov.scot

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

https://www.gov.scot/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482

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

National Digital Maturity Assessment and Learning and Development Platform for Health and Social Care

Reference number

CASE/787744

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

The Scottish Government has a requirement to place a contract with an external service provider to design, deliver, and maintain a national online digital maturity assessment tool and a linked learning and development website.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

A digital maturity assessment enables health and social care organisations to evaluate how effectively they use digital technologies to deliver, manage, and improve services. It assesses leadership, infrastructure, data use, innovation, staff confidence, digital skills, and readiness for change. It also considers digital inclusion, ensuring services are accessible and equitable for all.

The successful service provider will be required to:

- Develop a robust, user-friendly digital maturity assessment platform tailored to the Scottish health and social care context.

- Enable benchmarking at local, regional, and national levels.

- Provide actionable insights to inform digital transformation planning and investment.

- Design and host a complementary learning and development website offering curated resources, bespoke analysis, discussion groups, and improvement guides aligned with assessment outcomes.

- Ensure accessibility, data security, and ongoing technical support.

This work will play a critical role in supporting continuous improvement, workforce development, and strategic alignment across Scotland’s health and social care landscape.

two.2.5) Award criteria

Quality criterion - Name: Overall Quality / Weighting: 70

Quality criterion - Name: Understanding of the requirement / Weighting: 30/100

Quality criterion - Name: Technical proposal / Weighting: 40/100

Quality criterion - Name: Project management / Weighting: 15/100

Quality criterion - Name: Resourcing / Weighting: 10/100

Quality criterion - Name: Fair Work / Weighting: 5/100

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contract may be extended for a period of up to 24 months. Subject to that constraint, the period of the Contract may be extended on more than one occasion.

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


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

SPD 4B.5: Insurance Requirements - the bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below.

Minimum level(s) of standards possibly required

SPD 4B.5.1a: Professional Risk Indemnity 1,000,000 GBP

SPD 4B.5.1b: Employer's (Compulsory) Liability Insurance 5,000,000 GBP

SPD 4B.5.2: Public Liability: 1,000,000 GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

SPD 4C.1.2 - Tenderers to provide 2 examples of undertaking similar services within the last 3 years.

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 bidder 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 subcontract.

Minimum level(s) of standards possibly required

SPD 4C.4 - 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. 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 bidder 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 bidder’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.2.2) Time limit for receipt of tenders or requests to participate

Date

26 August 2025

Local time

12:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

26 August 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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 29787. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:805263)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

Edinburgh

Country

United Kingdom