Section one: Contracting authority
one.1) Name and addresses
The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)
1 South Gyle Crescent
Edinburgh
EH12 9EB
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.nss.nhs.scot/browse/procurement-and-logistics
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
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
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Information Technology Service Management
Reference number
NP883925
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
NSS is seeking to procure licences for an IT Service Management (ITSM) solution that supports 18 key ITSM practices. These practices are either currently in use or are planned as part of NSS’s evolving ITSM capabilities including Incident Management, Service Desk, Service Request Management, Problem Management, Change Management, Service Level Management, Knowledge Management, Service Catalogue Management, Service Configuration Management, Infrastructure & Platform Management, Capacity and Performance Management, IT Asset Management, Release Management, Availability Management, Measuring and Reporting, Service Continuity Management, Monitoring and Event Management and Supplier Management.
two.1.5) Estimated total value
Value excluding VAT: £4,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The scope of this procurement is currently for NSS ITSM at present. Currently NSS has a need for approximately 500 ‘agents’ that will use the platform. The end user / customer numbers should be considered as NSS wide (approximately 3,500 staff) for the purposes of this procurement.
As part of the ‘Once for Scotland’ initiative, NSS anticipates extending these ITSM capabilities to other NHS Scotland boards as service maturity increases. Additionally, with the planned integration of NHS Education for Scotland (NES), shared ITSM services are expected to be implemented across both organisations. Therefore there is a requirement for scaling potential.
Current Platform and Transition Plans:
NSS is currently contracted with a SaaS platform that delivers ITSM functionality, along with modular features for Project, Programme, and Portfolio Management Services (PPPMS) and timesheet recording. NSS intends to transition away from these modular components to alternative solutions once the new ITSM platform is operational.
The current platform also hosts several custom-built applications that support additional business services. NSS plans to fully divest from these custom applications and migrate to more sustainable architectural alternatives.
Implementation Services:
NSS will require technical implementation services to architect, build, test, and deploy the new ITSM solution. NSS will provide internal resources to manage and support the project and conduct any necessary business analysis throughout the implementation process.
The Vision for the ITSM Procurement Project is to procure a best-in-class tool to replace the current installation of ServiceNow to deliver services to NSS. Once procured, this tool will be configured and implemented by an implementation partner with support from DaS. As part of the implementation relevant DaS staff will be trained as required. This implementation partner will need to adapt to NSS’ culture and configure the new tool to best reflect NSS’ ambitions. It will improve efficiency, deliver greater internal NSS experience of IT services and requests, and support a new operating model within the ITSM delivery team. The tool will also have the potential to scale, allowing DaS to offer more services to NSS and extend our services to other NHS Scotland boards. We aim to complete the procurement and implementation of this new tool by the end of 2026/27 so that both cash and non-cash benefits can be realised early 2027.
This procurement will be run as a restricted process.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
The contract will include two extension periods of 24 months and then 12 months.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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 Question 4B.1.1: Economic Operators are required to provide statement of accounts or extracts relating to their business for the previous 3 years. NSS may require Economic Operators to provide additional information to demonstrate financial standing.
Additional information can include but not limited to:
- parent company accounts (if applicable) –
- deeds of guarantee banker’s statements and references - accountants’ references
- management accounts
- financial projections, including cash flow forecasts
- details and evidence of previous contracts, including contract values
- capital availability
- guarantees may be required from parent companies and from banks.
Economic Operators who cannot provide suitable evidence of a secure financial standing may be excluded from the procurement.
SPD Questions 4B.5.1a, 4B.5.1b and 4B.5.2: Economic Operators must confirm they have or will be able to obtain the required level of insurance listed below.
Minimum level(s) of standards possibly required
SPD Question 4B.1.1: Economic Operators must demonstrate the following financial capacity over the last 3 years:
- turnover in respect of its most recent three full financial years must have been equal to or more than GBP 10m per annum.
SPD Questions 4B.5.1a, 4B.5.1b and 4B.5.2: Economic Operators must confirm they have or will be able to obtain the required levels of insurance:
- Employer’s (compulsory) liability insurance = GBP 5 million;
- Public liability insurance = GBP 10 million;
- Professional indemnity insurance = GBP 5 million;
- Product liability insurance = GBP 10 million;
- Product liability insurance is not less than the sum of GBP 1 million in respect of any one incident.
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD Question 4C.1.2 - please refer to the Project Specific Questions within section 3.1 of the Information Technology Service Management SPD Instructions for full detail of the requirement for this section. The scoring methodology is detailed in section 3.2 of the Information Technology Service Management SPD Instructions.
SPD Question 4C.2 - Economic Operators must confirm that they are certified under ISO27001.
SPD Question 4C.6.1 - Economic Operators must confirm the number of UK based staff they have certified and trained on the SaaS technology that they have chosen to use within their tender.
SPD Question 4C.10 - Economic Operators must provide details of the proportion (i.e. percentage) of the contract that it intends to subcontract.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
28 August 2025
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
3 October 2025
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)
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
Full information about the SPD stage is included in the Information Technology Service Management SPD Instructions, found in the Attachments area of PCS-Tender.
All dates, timescales and values set out in this notice and the procurement documents are estimates only and therefore subject to change during the tender process, if required.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 29678. 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:
All Bidders must agree to support the concept, provision and ongoing development of community benefits provision in relation to this Agreement. Bidders will be required to provide a brief summary of the community benefits that have recently been delivered within Scotland, and also what impact and outcomes these have achieved. Bidders are also required to summarise any community/social benefits that will be delivered as part of this Agreement if successful, or, alternatively, confirm that they will engage with the NHS Scotland Community Benefits Gateway (CBG).
(SC Ref:805726)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Bidders should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts: