Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)
1 South Gyle Crescent
Edinburgh
EH12 9EB
UK
E-bost: paul.mckinney@nhs.scot
NUTS: UKM
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.nss.nhs.scot/browse/procurement-and-logistics
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Iechyd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Information Technology Service Management
Cyfeirnod: NP883925
II.1.2) Prif god CPV
72000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 4 200 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
48000000
II.2.3) Man cyflawni
Cod NUTS:
UKM
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 4 200 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 96
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The contract will include two extension periods of 24 months and then 12 months.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Yr isafswm nifer a ragwelir: 5
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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.
Lefel(au) gofynnol y safonau sydd eu hangen:
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.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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.
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gyfyngedig
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
28/08/2025
Amser lleol: 17:00
IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd
Dyddiad:
03/10/2025
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 9 (o’r dyddiad a nodwyd i dendr ddod i law)
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
Bidders should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts:
VI.5) Dyddiad anfon yr hysbysiad hwn
29/07/2025