Notice Information
Notice Title
Strategic Consulting Professional Services
Notice Description
The Scottish Government has awarded a contract for the support and maintenance of its EUMIS system. EUMIS is a large financial case management and reporting system, created to administer Scotland's ESIF allocation for the period 2014 - 2020. The SG, local authorities (LAs), other public sector agencies and delivery agents (those responsible for delivering projects receiving European funds) each contribute to the management and financial recording of details relating to the individual programmes and projects.
Lot Information
Digital Technology Projects and Services
NHS is exercising the use of Part 2 of the contract (detailed in II.2.4). Additional services are required to continue ongoing work in relation to this contract.
Digital Technology ResourcesThe Digital Technology Resources Lot will provide resource skills and expertise in support of digital technology projects or services provided by Public Bodies. Resources will typically assist with the delivery of digital technology requirements and will be commissioned to deliver specific objectives and tasks. The nature of digital technology resources typically required is diverse and some examples (non-exhaustive list) are; digital specialists, project & programme managers, user researcher, digital service design, business analysts, system designer, solutions architect, data architect, data modeller, product manager, systems developer, quality assurance analyst, web operations engineer, senior software engineer, network engineers/specialists, infrastructure engineers, test engineers data and analytics specialists and data scientists. To assess your suitability for Lot 2 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Digital Technology Resources similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted. Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only. No form of volume guarantee has been granted by the Authority. The Authority shall not be bound to order any of the services referred to in the lot descriptions.
Digital Training ServicesThe Digital Training Services Lot will provide 3rd party ICT training services and support for Public Bodies. The nature of services and resources typically required is diverse and some examples (non-exhaustive list) are; off the shelf ICT training courses such as PRINCE2, Agile, Lean, etc. This could also include bespoke ICT training development for internal systems or an end to end service such as training requirements gathering, training strategy development and implementation. Individual trainers and training services such as "train the trainer" or Agile coaching are also included in scope. The services can be delivered in a classroom setting or remotely depending on the requirements. Training services or courses not related to ICT or Digital Technology are out of scope of this DPS. To assess your suitability for Lot 3 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Digital Training Services similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted. Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only. No form of volume guarantee has been granted by the Authority. The Authority shall not be bound to order any of the services referred to in the lot descriptions.
Cyber Security ServicesCyber Security Services Lot will provide cyber security services and resources that will aim to support digital and cyber resilience for public bodies. The nature of services and resources typically required is diverse and some examples (non-exhaustive list) are; Cyber Security Specialists, Cyber Security services such as:- Penetration Testing, Cyber Security training and Assessment, Security Architecture Services, Risk Assessment and Management Services, Audit Review & Compliance, Incident Management & Response, Security Testing and Digital Forensics. The scope of this Lot will focus on the supply of services and resources assisting the delivery of cyber resilience. Cyber resilience services and resources will also likely involve: providing expert advice; recommendations; training; or systems testing and assessment. To assess your suitability for Lot 4 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Cyber Security Services similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted. Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only. No form of volume guarantee has been granted by the Authority. The Authority shall not be bound to order any of the services referred to in the lot descriptions.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-037f60
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/003601-2026
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Dynamic
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
64 - Postal and telecommunications services
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
80 - Education and training services
-
- CPV Codes
64200000 - Telecommunications services
71242000 - Project and design preparation, estimation of costs
71316000 - Telecommunication consultancy services
72000000 - IT services: consulting, software development, Internet and support
72212931 - Training software development services
72224000 - Project management consultancy services
72224100 - System implementation planning services
79421200 - Project-design services other than for construction work
80500000 - Training services
80531200 - Technical training services
80533000 - Computer-user familiarisation and training services
80533100 - Computer training services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £1,792,468 £1M-£10M
Notice Dates
- Publication Date
- 15 Jan 20261 months ago
- Submission Deadline
- 31 Mar 20272 years to go
- Future Notice Date
- 12 Dec 2022Expired
- Award Date
- 31 Aug 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Active, Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE COMMON SERVICES AGENCY (MORE COMMONLY KNOWN AS NHS NATIONAL SERVICES SCOTLAND) (NSS)
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- alasdair.rowan@gov.scot, michael.brydon@gov.scot, nss.itprocurement@nhs.scot
- Contact Phone
- +44 1312756000, +44 1412420207
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 8EA
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM Scotland
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- Drum Brae/Gyle
- Westminster Constituency
- Edinburgh South West
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-037f60-2026-01-15T15:39:45Z",
"date": "2026-01-15T15:39:45Z",
"ocid": "ocds-h6vhtk-037f60",
"description": "(SC Ref:819215)",
"initiationType": "tender",
"tender": {
"id": "NP05025",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Strategic Consulting Professional Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "The Scottish Government has awarded a contract for the support and maintenance of its EUMIS system. EUMIS is a large financial case management and reporting system, created to administer Scotland's ESIF allocation for the period 2014 - 2020. The SG, local authorities (LAs), other public sector agencies and delivery agents (those responsible for delivering projects receiving European funds) each contribute to the management and financial recording of details relating to the individual programmes and projects.",
"lots": [
{
"id": "1",
"title": "Digital Technology Projects and Services",
"description": "NHS is exercising the use of Part 2 of the contract (detailed in II.2.4). Additional services are required to continue ongoing work in relation to this contract.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "40 - 80 %"
},
{
"type": "price",
"description": "20 - 60 %"
},
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
},
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 50
},
"selectionCriteria": {
"description": "There is no maximum limit to the number of candidates in a dynamic purchasing system"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "2",
"title": "Digital Technology Resources",
"description": "The Digital Technology Resources Lot will provide resource skills and expertise in support of digital technology projects or services provided by Public Bodies. Resources will typically assist with the delivery of digital technology requirements and will be commissioned to deliver specific objectives and tasks. The nature of digital technology resources typically required is diverse and some examples (non-exhaustive list) are; digital specialists, project & programme managers, user researcher, digital service design, business analysts, system designer, solutions architect, data architect, data modeller, product manager, systems developer, quality assurance analyst, web operations engineer, senior software engineer, network engineers/specialists, infrastructure engineers, test engineers data and analytics specialists and data scientists. To assess your suitability for Lot 2 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Digital Technology Resources similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted. Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only. No form of volume guarantee has been granted by the Authority. The Authority shall not be bound to order any of the services referred to in the lot descriptions.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "40 - 80 %"
},
{
"type": "price",
"description": "20 - 60 %"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 50
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "3",
"title": "Digital Training Services",
"description": "The Digital Training Services Lot will provide 3rd party ICT training services and support for Public Bodies. The nature of services and resources typically required is diverse and some examples (non-exhaustive list) are; off the shelf ICT training courses such as PRINCE2, Agile, Lean, etc. This could also include bespoke ICT training development for internal systems or an end to end service such as training requirements gathering, training strategy development and implementation. Individual trainers and training services such as \"train the trainer\" or Agile coaching are also included in scope. The services can be delivered in a classroom setting or remotely depending on the requirements. Training services or courses not related to ICT or Digital Technology are out of scope of this DPS. To assess your suitability for Lot 3 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Digital Training Services similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted. Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only. No form of volume guarantee has been granted by the Authority. The Authority shall not be bound to order any of the services referred to in the lot descriptions.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "40 - 80 %"
},
{
"type": "price",
"description": "20 - 60 %"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 20
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "4",
"title": "Cyber Security Services",
"description": "Cyber Security Services Lot will provide cyber security services and resources that will aim to support digital and cyber resilience for public bodies. The nature of services and resources typically required is diverse and some examples (non-exhaustive list) are; Cyber Security Specialists, Cyber Security services such as:- Penetration Testing, Cyber Security training and Assessment, Security Architecture Services, Risk Assessment and Management Services, Audit Review & Compliance, Incident Management & Response, Security Testing and Digital Forensics. The scope of this Lot will focus on the supply of services and resources assisting the delivery of cyber resilience. Cyber resilience services and resources will also likely involve: providing expert advice; recommendations; training; or systems testing and assessment. To assess your suitability for Lot 4 you will be asked to provide information on 2 separate examples of services or projects your company has undertaken. Examples from both public and/or private sector may be provided. Please try and be as concise as possible and preferably within 500 words per example. The purpose of the examples is to demonstrate evidence of your capability in the delivery of Cyber Security Services similar to those listed above. Responses must be provided in Part 4C - (Technical and professional ability) question 4C.1.2 of the SPD Document. Participants must complete and attach the experience template provided. Anonymised details will not be accepted. Participants should also provide details of any professional qualifications or accreditations (if appropriate) e.g. Agile (SCRUM, DSDM, XP, Kanban) Prince2 and ITIL. Details of your experience and professional qualifications should be provided in question 4C.6 of the SPD. This is required for information only. No form of volume guarantee has been granted by the Authority. The Authority shall not be bound to order any of the services referred to in the lot descriptions.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "40 - 80 %"
},
{
"type": "price",
"description": "20 - 60 %"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 20
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
},
{
"region": "UKM"
},
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "Services delivered across Scotland"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "64200000",
"description": "Telecommunications services"
},
{
"scheme": "CPV",
"id": "71242000",
"description": "Project and design preparation, estimation of costs"
},
{
"scheme": "CPV",
"id": "71316000",
"description": "Telecommunication consultancy services"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
},
{
"scheme": "CPV",
"id": "72224100",
"description": "System implementation planning services"
},
{
"scheme": "CPV",
"id": "79421200",
"description": "Project-design services other than for construction work"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "Services delivered across Scotland."
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72212931",
"description": "Training software development services"
},
{
"scheme": "CPV",
"id": "80500000",
"description": "Training services"
},
{
"scheme": "CPV",
"id": "80531200",
"description": "Technical training services"
},
{
"scheme": "CPV",
"id": "80533000",
"description": "Computer-user familiarisation and training services"
},
{
"scheme": "CPV",
"id": "80533100",
"description": "Computer training services"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "Delivery of Services across Scotland."
},
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "Services delivered across Scotland"
},
"relatedLot": "4"
}
],
"communication": {
"futureNoticeDate": "2022-12-12T00:00:00Z",
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Applicants from the UK will be required to provide their tax reference numbers: i.e. Value Added Tax registration number, PAYE collection reference and Corporation Tax or Self-Assessment reference, as applicable. Please enter this number in section 2A question 2A.2 & 3 of the SPD. Overseas and non-UK Potential Participants will be required to submit a certificate of tax compliance obtained from the country in which they are a resident for tax purposes. The Authority has the right to request evidence that entry criteria is still valid at any point during the lifecycle of the Dynamic Purchasing System with evidence to be provided via an updated SPD to the Authority within 5 working days of request being issued. Approved suppliers will be asked to confirm their details annually on the anniversary of the implementation of the DPS. It is a requirement of this DPS that suppliers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance as a minimum indicated below in accordance with any legal obligation for the time being in force: Public Liability insurance of Minimum GBP 1M Employers Liability insurance of Minimum GBP 5M Professional Indemnity insurance of Minimum GBP 1M Project specific insurance levels will be issued alongside the tender documentation at call-off stage. The Dynamic Purchasing System will be available for use by the Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross- border public authorities within the meaning of section 88(5) of the Scotland Act 1998, the Scotland Office, the Scottish Parliamentary Corporate Body, councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994, Scottish Fire & Rescue Service, the Scottish Police Authority, Scottish health boards or special health boards, all NHS Scotland, The Integrated Joint Boards established further to the Public Bodies (Joint Working) Act 2014, bodies registered as social landlords under the Housing (Scotland) Act 2001, Student Loans Company Limited, the Forestry Commission, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Equality and Human Rights Commission, Business Stream Ltd, the Business Gateway National Unit at the Convention of Scottish Local Authorities, further or higher education institutions being fundable bodies within the meaning of section 6 of the further and Higher Education (Scotland) Act 2005, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing. In addition to the contracting authorities listed, the DPS agreement will be available to charities entered on the Scottish Charity Register and voluntary organisations entered on the Membership Database of the Scottish Council for Voluntary Organisations. Information about Scottish Public Bodies is available at: http://www.scotland.gov.uk/Topics/Government/public-bodies/about Information about the Review of Public Procurement in Scotland and links to the other Centres of Expertise are available at: http://www.scotland.gov.uk/Topics/Government/Procurement",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "There will be an ongoing requirement to provide management information on the call-off contracts awarded through the DPS.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasDynamicPurchasingSystem": true,
"dynamicPurchasingSystem": {
"type": "open"
}
},
"tenderPeriod": {
"endDate": "2027-03-31T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2027-03-31T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-10601",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "4 Atlantic Quay, 70 York St",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G2 8EA",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Alasdair.Rowan@Gov.Scot"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.scotland.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482",
"classifications": [
{
"id": "MINISTRY",
"scheme": "TED_CA_TYPE",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"id": "01",
"scheme": "COFOG",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-1538",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "5 Atlantic Quay, 150 Broomielaw",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G2 8LU",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1412420207",
"email": "alasdair.rowan@gov.scot",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.scotland.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482",
"classifications": [
{
"id": "MINISTRY",
"scheme": "TED_CA_TYPE",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"id": "01",
"scheme": "COFOG",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-8905",
"name": "Sheriff Court",
"identifier": {
"legalName": "Sheriff Court"
},
"address": {
"streetAddress": "27 Chambers St",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1312252525",
"email": "edinburgh@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court"
}
},
{
"id": "GB-FTS-6067",
"name": "Scottish Government",
"identifier": {
"legalName": "Scottish Government"
},
"address": {
"streetAddress": "Victoria Quay",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH6 6QQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "michael.brydon@gov.scot"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.scotland.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482",
"classifications": [
{
"id": "MINISTRY",
"scheme": "TED_CA_TYPE",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"id": "01",
"scheme": "COFOG",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-92345",
"name": "Storm ID Ltd",
"identifier": {
"legalName": "Storm ID Ltd"
},
"address": {
"streetAddress": "43 Constitution Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH6 7BG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-19221",
"name": "Sheriff Court",
"identifier": {
"legalName": "Sheriff Court"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "edinburgh@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court"
}
},
{
"id": "GB-FTS-124834",
"name": "Cruise Technologies Limited",
"identifier": {
"legalName": "Cruise Technologies Limited"
},
"address": {
"streetAddress": "56 Main Street, Crossford",
"locality": "Dunfermline",
"region": "UK",
"postalCode": "KY12 8NJ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-124835",
"name": "Edinburgh Sherriff Court",
"identifier": {
"legalName": "Edinburgh Sherriff Court"
},
"address": {
"streetAddress": "Chambers Street",
"locality": "Edinburgh",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-115937",
"name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)",
"identifier": {
"legalName": "The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)"
},
"address": {
"streetAddress": "1 South Gyle Crescent",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH12 9EB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1312756000",
"email": "NSS.ITProcurement@nhs.scot"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.nss.nhs.scot/browse/procurement-and-logistics",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883"
}
},
{
"id": "GB-FTS-109345",
"name": "Capgemini",
"identifier": {
"legalName": "Capgemini"
},
"address": {
"streetAddress": "36 South Gyle Crescent",
"locality": "Edinburgh",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-324",
"name": "Sheriff Court House",
"identifier": {
"legalName": "Sheriff Court House"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-115937",
"name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000711922"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000722635"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000744460"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000778548"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000819215"
}
],
"language": "en",
"awards": [
{
"id": "026925-2023-case/609245-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-92345",
"name": "Storm ID Ltd"
}
]
},
{
"id": "030155-2024-698838-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-124834",
"name": "Cruise Technologies Limited"
}
]
},
{
"id": "003601-2026-NP05025-1",
"relatedLots": [
"1"
],
"title": "Strategic Consulting Professional Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-109345",
"name": "Capgemini"
}
]
}
],
"contracts": [
{
"id": "026925-2023-case/609245-1",
"awardID": "026925-2023-case/609245-1",
"status": "active",
"value": {
"amount": 700000,
"currency": "GBP"
},
"dateSigned": "2023-09-01T00:00:00+01:00"
},
{
"id": "030155-2024-698838-1",
"awardID": "030155-2024-698838-1",
"status": "active",
"value": {
"amount": 399468,
"currency": "GBP"
},
"dateSigned": "2024-09-18T00:00:00+01:00"
},
{
"id": "003601-2026-NP05025-1",
"awardID": "003601-2026-NP05025-1",
"title": "Strategic Consulting Professional Services",
"status": "active",
"value": {
"amount": 693000,
"currency": "GBP"
},
"dateSigned": "2025-12-01T00:00:00Z",
"period": {
"durationInDays": 720
},
"items": [
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"amendments": [
{
"id": "1",
"description": "NHS is exercising the use of Part 2 of the contract (detailed in II.2.4). Additional services are required to continue ongoing work in relation to this contract. The contract value is therefore being increased from 450,000GBP to 693,000GBP to allow for the additional services to be undertaken.",
"rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: Utilisation of Part 2 of the contract to allow continuity of service and prevent delays on key NSS programmes."
}
]
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 2
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
},
{
"id": "6",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "1",
"value": 3
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
}
}