Notice Information
Notice Title
GCC006201CPU - Framework Agreement for the Provision of ICT Advisory Services
Notice Description
Glasgow City Council invites tenders for appointment to a framework agreement for the provision of ICT advisory services. The framework agreement will be split in to four lots, as follows: Lot 1 - Cyber Security Advisory Services Lot 2 - Digital Advisory Services - Enterprise Systems Lot 3 - Digital Advisory Services - Digital Services Lot 4 - Digital Advisory Services - Connected Services The council are seeking to appoint a single supplier to each of the four lots, to provide Services to the council under these four categories, as and when required. The framework agreement is expected to run for an initial period of two years, with the option for Glasgow City Council to extend by up to a further 24 months, at their sole discretion.
Lot Information
Provision of Cyber Security Advisory Services
Glasgow City Council invites tenders for the provision of Cyber Security Advisory Services. The Cyber Security Advisory Service will play a role in the multisource ICT delivery model by providing expert guidance on security best practices and cyber security risk controls within the council. This service will assist the council's in-house Intelligent Client Function to ensure that all technology providers adhere to the council's security policies and will help maintain a robust security posture by identifying potential vulnerabilities and risks. As such the scope of the cyber security advisory services which may be required under Lot 1 may include but not be limited to: - Providing assurance of security activity, including provision of impartial assessment, audit and reports - Performing compliance monitoring and reporting - Assessing compliance with security and information assurance strategies, objectives, policies and processes - Liaising with the council's internal audit function to ensure adequate testing of the information assurance programme - Providing assurance that risks have been mitigated or are accepted by the SIRO - Assessing the adequacy of controls which are delivered by the Managed Service Providers and monitored by the MSSP to ensure the council maintains PSN and PCI certification - Assisting the council in obtaining CE+ certification - Reviewing technology controls and policies - Providing independent verification of controls - Reporting to the Councils ICF and SIRO on security compliance and capability - Joining incident teams as required, i.e., Bronze & Silver Teams and reporting into Gold Teams. There is no guarantee of the level of business which may arise as a result of this framework. The following values are provided as an estimate only: Lot 1 - As a demand led agreement, to take account of cyber security advisory services within scope which may be identified throughout the duration, a maximum value of up to 500,000 GBP (excl VAT) per annum has been used for the purposes of establishing lot 1 of the framework agreement. The council is under no obligation to spend any amount under this Framework Agreement.
Renewal: Option to extend for a period of up to 24 months
Provision of Digital Advisory Services - Enterprise SystemsGlasgow City Council invites tenders for the provision of Digital Advisory Services - Enterprise Systems. Enterprise Systems are defined as the software solutions that support the back-office operations of the council. These systems support areas such as finance, payroll, social care and leisure. The council has identified 20 parent applications that hold regulatory, financial or highly sensitive data. Some have related child applications such as for reporting or additional functionality. There are around 120 citizen or line of business systems that are important to the operations of the council and several hundred smaller or desktop applications. The council may ask the Digital Advisory Service - Enterprise Systems Supplier to assist the council's Intelligent Client Function in identifying opportunities to rationalise and simplify the estate. As such the scope of the digital advisory services which may be required under Lot 2 may include but not be limited to: - Identify solutions which are appropriate to migrate to cloud - Assess application consolidation opportunities - Maximise the business value from existing technology investment - Supporting the council to implement an Agile Framework - Supporting engagement with https://digitalacademy.gov.scot/ - Supporting Business Cases aligned to HMG Green Book - Supporting horizon scanning of solutions and technologies available in the market - Supporting new ways of working to help embed digital opportunities - Providing organisational change management services - Supporting adoption of solutions advised by the Scottish Digital Office and removal of bespoke and customised solutions - Carrying out process and functionality gap analysis, Total Cost of Ownership analysis, Business process redesign recommendations - Supporting Enterprise Architecture - Evaluation of solutions for business and technical fit - Monitoring the technology market and providing the council with opportunities - Support with procurement processes as required including defining functional and non-functional requirements and preparing budget estimates - Provision of project and programme management services - Supporting and advise on benefits realisation Requests for project specific digital advisory services may require the Supplier to provide a team of specialists to deliver a project requirement, or may require the Supplier to work with council personnel to deliver an outcome. There is no guarantee of the level of business which may arise as a result of this framework. The following values are provided as an estimate only: Lot 2- As a demand led agreement, to take account of digital advisory services (within the scope of enterprise systems) which may be identified throughout the duration, a maximum value of up to 500,000 GBP (excl VAT) per annum has been used for the purposes of establishing lot 2 the framework agreement. The Council is under no obligation to spend any amount under this Framework Agreement.
Renewal: Option to extend for a period of up to 24 months
Digital Advisory Services - Digital ServicesGlasgow City Council invites tenders for the provision of Digital Advisory Services - Digital Services. Digital Services apply technologies which transform processes and the way in which business is conducted. Digital Services within the council include online citizen engagement and mobile applications which streamline and improve service delivery. Within the council these services include: - Online Transactions: services such as paying council tax, applying for permits and booking appointments. - Information Access: Providing platforms where citizens and organisations can access information about services. - Service Requests: Reporting issues like potholes, graffiti or missed bin collections. - Digital Consultations: Using tools to engage with the community, gather feedback and conduct public consultations. - Telecare and Telehealth: Allowing residents to live more safely at home for longer. - Digital Inclusion Programs: Initiatives to ensure residents have access to digital services, including training and support. To further develop these services the council requires the Digital Advisory Services - Digital Services Supplier to provide expert support and guidance services. As such the scope of the digital advisory services which may be required under Lot 3 may include but not be limited to: - Recommending platform architecture - Analysis of the citizen journey - Identifying where the customer experience can be enhanced in areas such as: consolidating the customers experience of interacting with council services, implementing an Omnichannel customer experience and other innovative solutions - Support understanding the current customer experience through facilitation of agreed focus groups and workshops, taking a Service Design led approach. - Support digital projects and programmes, including the Strategic Business Case, Outline Business Case, and Full Business Case. - Review council services and assess their alignment to the council's Digital Strategy and Strategic Plan. - Perform horizon scanning of digital solutions and technologies available in the market - Identify how the council could operate differently to embed digital opportunities to progress and deliver on council strategies - Provide organisational change management services - Supporting the council in achieving business support and buy in for digital change - Supporting the council to develop its current and future state Enterprise Architecture. - Supporting the development of appropriate roadmaps that show the transition from the current state to future state for defined digital scope - Support the council with procurement processes as required such as defining functional and non-functional requirements, preparing budget estimates and providing tender evaluation advice and guidance - Provision of project and programme management services - Supporting the council in tracking and monitoring benefits realised from projects and programmes There is no guarantee of the level of business which may arise as a result of this framework. The following values are provided as an estimate only: Lot 3- As a demand led agreement, to take account of digital advisory services (within the scope of digital services) which may be identified throughout the duration, a maximum value of up to 500,000 GBP (excl VAT) per annum has been used for the purposes of establishing Lot 3 of the framework agreement. The Council is under no obligation to spend any amount under this Framework Agreement.
Renewal: Option to extend for a period of up to 24 months
Digital Advisory Services - Connected ServicesGlasgow City Council invites tenders for the provision of Digital Advisory Services - Connected Services. Connected Services include some of the more emergent technologies that can offer significant benefits to council services and the city overall. These include the Internet of Things, Artificial Intelligence and Big Data. Within Glasgow, intelligent street lighting is an example of where Connected Services have added "more control and efficiency to our lighting network while harnessing the power of real time data to improve both lighting and safety throughout the city". Within the council environment services to develop and explore may include: - Intelligent street lighting: Using sensors and IoT technology to adjust lighting based on real-time conditions to reduce energy consumption, lower costs and improve public safety. - Big Data analytics: Leveraging big data to analyse patterns and trends such as traffic management and waste collection to help make informed decisions and optimise resource allocation. - Smart Infrastructure: Projects such as multi-purpose street columns that support EV charging, air quality monitoring and public Wi-Fi. To further develop these services the council requires the Digital Advisory Services - Connected Services Supplier to provide expert support and guidance services. As such the scope of the digital advisory services which may be required under Lot 4 may include but not be limited to: - Supporting the council to identify opportunities to exploit its investment in smart cities, 5G programmes, innovations in healthcare and data-driven innovations. This will include supporting engagement with industry, universities and the innovation ecosystem in Glasgow - Supporting the council to support digital projects and programmes, including the Strategic Business Case, Outline Business Case, and Full Business Case - Review council services and assess their alignment to the council's Digital Strategy and Strategic Plan. - Performing horizon scanning of digital solutions and technologies available in the market to determine how they may support council strategies - Identify how the council could operate differently to embed digital opportunities to progress and deliver on council strategies - Provide organisational change management services - Supporting the council in achieving business support and buy in for digital change. This may include, but is not limited to, carrying out process and functionality gap analysis, Total Cost of Ownership analysis, Business process redesign recommendations, Business change recommendations, and development of training and migration plans. - Support procurement processes as required. This may include, but not be limited to defining functional and non-functional requirements, preparing budget estimates and providing tender evaluation advice and guidance - Provision of project and programme management services - Support the council in tracking and monitoring benefits realised from projects and programmes. There is no guarantee of the level of business which may arise as a result of this framework. The following values are provided as an estimate only: Lot 4 - As a demand led agreement, to take account of digital advisory services (within the scope of connected services) which may be identified throughout the duration, a maximum value of up to 500,000 GBP (excl VAT) per annum has been used for the purposes of establishing Lot 4 the framework agreement. The Council is under no obligation to spend any amount under this Framework Agreement.
Renewal: Option to extend for a period of up to 24 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04ed3a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/067954-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
72222000 - Information systems or technology strategic review and planning services
72222300 - Information technology services
79000000 - Business services: law, marketing, consulting, recruitment, printing and security
Notice Value(s)
- Tender Value
- £8,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £2,000,000 £1M-£10M
Notice Dates
- Publication Date
- 23 Oct 20254 months ago
- Submission Deadline
- 14 Apr 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 22 Sep 20255 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Ross MacLeod
- Contact Email
- corporateprocurement@glasgow.gov.uk
- Contact Phone
- +44 1412872000
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 1DU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North East
Further Information
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-04ed3a-2025-10-23T16:39:35+01:00",
"date": "2025-10-23T16:39:35+01:00",
"ocid": "ocds-h6vhtk-04ed3a",
"description": "(SC Ref:812960)",
"initiationType": "tender",
"tender": {
"id": "GCC006201CPU",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "GCC006201CPU - Framework Agreement for the Provision of ICT Advisory Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "Glasgow City Council invites tenders for appointment to a framework agreement for the provision of ICT advisory services. The framework agreement will be split in to four lots, as follows: Lot 1 - Cyber Security Advisory Services Lot 2 - Digital Advisory Services - Enterprise Systems Lot 3 - Digital Advisory Services - Digital Services Lot 4 - Digital Advisory Services - Connected Services The council are seeking to appoint a single supplier to each of the four lots, to provide Services to the council under these four categories, as and when required. The framework agreement is expected to run for an initial period of two years, with the option for Glasgow City Council to extend by up to a further 24 months, at their sole discretion.",
"value": {
"amount": 8000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Provision of Cyber Security Advisory Services",
"description": "Glasgow City Council invites tenders for the provision of Cyber Security Advisory Services. The Cyber Security Advisory Service will play a role in the multisource ICT delivery model by providing expert guidance on security best practices and cyber security risk controls within the council. This service will assist the council's in-house Intelligent Client Function to ensure that all technology providers adhere to the council's security policies and will help maintain a robust security posture by identifying potential vulnerabilities and risks. As such the scope of the cyber security advisory services which may be required under Lot 1 may include but not be limited to: - Providing assurance of security activity, including provision of impartial assessment, audit and reports - Performing compliance monitoring and reporting - Assessing compliance with security and information assurance strategies, objectives, policies and processes - Liaising with the council's internal audit function to ensure adequate testing of the information assurance programme - Providing assurance that risks have been mitigated or are accepted by the SIRO - Assessing the adequacy of controls which are delivered by the Managed Service Providers and monitored by the MSSP to ensure the council maintains PSN and PCI certification - Assisting the council in obtaining CE+ certification - Reviewing technology controls and policies - Providing independent verification of controls - Reporting to the Councils ICF and SIRO on security compliance and capability - Joining incident teams as required, i.e., Bronze & Silver Teams and reporting into Gold Teams. There is no guarantee of the level of business which may arise as a result of this framework. The following values are provided as an estimate only: Lot 1 - As a demand led agreement, to take account of cyber security advisory services within scope which may be identified throughout the duration, a maximum value of up to 500,000 GBP (excl VAT) per annum has been used for the purposes of establishing lot 1 of the framework agreement. The council is under no obligation to spend any amount under this Framework Agreement.",
"awardCriteria": {
"criteria": [
{
"name": "Fair Work First",
"type": "quality",
"description": "5"
},
{
"name": "Quality Criterion -Service Delivery and Approach - Scope of Services",
"type": "quality",
"description": "30"
},
{
"name": "Quality Criterion - Mobilisation",
"type": "quality",
"description": "5"
},
{
"name": "Quality Criterion - Service Delivery and Approach - Multiple Projects",
"type": "quality",
"description": "5"
},
{
"name": "Quality Criterion - Resourcing the Framework Agreement",
"type": "quality",
"description": "15"
},
{
"name": "Quality Criterion - Relationship Management",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for a period of up to 24 months"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2",
"title": "Provision of Digital Advisory Services - Enterprise Systems",
"description": "Glasgow City Council invites tenders for the provision of Digital Advisory Services - Enterprise Systems. Enterprise Systems are defined as the software solutions that support the back-office operations of the council. These systems support areas such as finance, payroll, social care and leisure. The council has identified 20 parent applications that hold regulatory, financial or highly sensitive data. Some have related child applications such as for reporting or additional functionality. There are around 120 citizen or line of business systems that are important to the operations of the council and several hundred smaller or desktop applications. The council may ask the Digital Advisory Service - Enterprise Systems Supplier to assist the council's Intelligent Client Function in identifying opportunities to rationalise and simplify the estate. As such the scope of the digital advisory services which may be required under Lot 2 may include but not be limited to: - Identify solutions which are appropriate to migrate to cloud - Assess application consolidation opportunities - Maximise the business value from existing technology investment - Supporting the council to implement an Agile Framework - Supporting engagement with https://digitalacademy.gov.scot/ - Supporting Business Cases aligned to HMG Green Book - Supporting horizon scanning of solutions and technologies available in the market - Supporting new ways of working to help embed digital opportunities - Providing organisational change management services - Supporting adoption of solutions advised by the Scottish Digital Office and removal of bespoke and customised solutions - Carrying out process and functionality gap analysis, Total Cost of Ownership analysis, Business process redesign recommendations - Supporting Enterprise Architecture - Evaluation of solutions for business and technical fit - Monitoring the technology market and providing the council with opportunities - Support with procurement processes as required including defining functional and non-functional requirements and preparing budget estimates - Provision of project and programme management services - Supporting and advise on benefits realisation Requests for project specific digital advisory services may require the Supplier to provide a team of specialists to deliver a project requirement, or may require the Supplier to work with council personnel to deliver an outcome. There is no guarantee of the level of business which may arise as a result of this framework. The following values are provided as an estimate only: Lot 2- As a demand led agreement, to take account of digital advisory services (within the scope of enterprise systems) which may be identified throughout the duration, a maximum value of up to 500,000 GBP (excl VAT) per annum has been used for the purposes of establishing lot 2 the framework agreement. The Council is under no obligation to spend any amount under this Framework Agreement.",
"awardCriteria": {
"criteria": [
{
"name": "Fair Work First",
"type": "quality",
"description": "5"
},
{
"name": "Quality Criterion - Mobilisation",
"type": "quality",
"description": "5"
},
{
"name": "Quality Criterion- Service Delivery and Approach - Scope of Services",
"type": "quality",
"description": "10"
},
{
"name": "Quality Criterion- Service Delivery and Approach - Multiple Projects",
"type": "quality",
"description": "5"
},
{
"name": "Quality Criterion= Resourcing the Framework Agreement",
"type": "quality",
"description": "10"
},
{
"name": "Quality Criterion - Relationship Management",
"type": "quality",
"description": "10"
},
{
"name": "Quality Criterion - Technical Approach - Enterprise Systems",
"type": "quality",
"description": "12.5"
},
{
"name": "Quality Criterion - Technical Approach - Rationalisation and Consolidation",
"type": "quality",
"description": "12.5%"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for a period of up to 24 months"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "3",
"title": "Digital Advisory Services - Digital Services",
"description": "Glasgow City Council invites tenders for the provision of Digital Advisory Services - Digital Services. Digital Services apply technologies which transform processes and the way in which business is conducted. Digital Services within the council include online citizen engagement and mobile applications which streamline and improve service delivery. Within the council these services include: - Online Transactions: services such as paying council tax, applying for permits and booking appointments. - Information Access: Providing platforms where citizens and organisations can access information about services. - Service Requests: Reporting issues like potholes, graffiti or missed bin collections. - Digital Consultations: Using tools to engage with the community, gather feedback and conduct public consultations. - Telecare and Telehealth: Allowing residents to live more safely at home for longer. - Digital Inclusion Programs: Initiatives to ensure residents have access to digital services, including training and support. To further develop these services the council requires the Digital Advisory Services - Digital Services Supplier to provide expert support and guidance services. As such the scope of the digital advisory services which may be required under Lot 3 may include but not be limited to: - Recommending platform architecture - Analysis of the citizen journey - Identifying where the customer experience can be enhanced in areas such as: consolidating the customers experience of interacting with council services, implementing an Omnichannel customer experience and other innovative solutions - Support understanding the current customer experience through facilitation of agreed focus groups and workshops, taking a Service Design led approach. - Support digital projects and programmes, including the Strategic Business Case, Outline Business Case, and Full Business Case. - Review council services and assess their alignment to the council's Digital Strategy and Strategic Plan. - Perform horizon scanning of digital solutions and technologies available in the market - Identify how the council could operate differently to embed digital opportunities to progress and deliver on council strategies - Provide organisational change management services - Supporting the council in achieving business support and buy in for digital change - Supporting the council to develop its current and future state Enterprise Architecture. - Supporting the development of appropriate roadmaps that show the transition from the current state to future state for defined digital scope - Support the council with procurement processes as required such as defining functional and non-functional requirements, preparing budget estimates and providing tender evaluation advice and guidance - Provision of project and programme management services - Supporting the council in tracking and monitoring benefits realised from projects and programmes There is no guarantee of the level of business which may arise as a result of this framework. The following values are provided as an estimate only: Lot 3- As a demand led agreement, to take account of digital advisory services (within the scope of digital services) which may be identified throughout the duration, a maximum value of up to 500,000 GBP (excl VAT) per annum has been used for the purposes of establishing Lot 3 of the framework agreement. The Council is under no obligation to spend any amount under this Framework Agreement.",
"awardCriteria": {
"criteria": [
{
"name": "Fair Work First",
"type": "quality",
"description": "5"
},
{
"name": "Quality Criterion - Mobilisation",
"type": "quality",
"description": "5"
},
{
"name": "Quality Criterion - Service Delivery and Approach - Scope of Services",
"type": "quality",
"description": "10"
},
{
"name": "Quality Criterion - Service Delivery and Approach - Multiple Projects",
"type": "quality",
"description": "5"
},
{
"name": "Quality Criterion - Resourcing the Framework Agreement",
"type": "quality",
"description": "10"
},
{
"name": "Quality Criterion - Relationship Management",
"type": "quality",
"description": "10"
},
{
"name": "Quality Criterion - Technical Approach - Digital Services",
"type": "quality",
"description": "12.5"
},
{
"name": "Quality Criterion - Technical Approach - Improving Citizens' Digital Experience",
"type": "quality",
"description": "12.5"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for a period of up to 24 months"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "4",
"title": "Digital Advisory Services - Connected Services",
"description": "Glasgow City Council invites tenders for the provision of Digital Advisory Services - Connected Services. Connected Services include some of the more emergent technologies that can offer significant benefits to council services and the city overall. These include the Internet of Things, Artificial Intelligence and Big Data. Within Glasgow, intelligent street lighting is an example of where Connected Services have added \"more control and efficiency to our lighting network while harnessing the power of real time data to improve both lighting and safety throughout the city\". Within the council environment services to develop and explore may include: - Intelligent street lighting: Using sensors and IoT technology to adjust lighting based on real-time conditions to reduce energy consumption, lower costs and improve public safety. - Big Data analytics: Leveraging big data to analyse patterns and trends such as traffic management and waste collection to help make informed decisions and optimise resource allocation. - Smart Infrastructure: Projects such as multi-purpose street columns that support EV charging, air quality monitoring and public Wi-Fi. To further develop these services the council requires the Digital Advisory Services - Connected Services Supplier to provide expert support and guidance services. As such the scope of the digital advisory services which may be required under Lot 4 may include but not be limited to: - Supporting the council to identify opportunities to exploit its investment in smart cities, 5G programmes, innovations in healthcare and data-driven innovations. This will include supporting engagement with industry, universities and the innovation ecosystem in Glasgow - Supporting the council to support digital projects and programmes, including the Strategic Business Case, Outline Business Case, and Full Business Case - Review council services and assess their alignment to the council's Digital Strategy and Strategic Plan. - Performing horizon scanning of digital solutions and technologies available in the market to determine how they may support council strategies - Identify how the council could operate differently to embed digital opportunities to progress and deliver on council strategies - Provide organisational change management services - Supporting the council in achieving business support and buy in for digital change. This may include, but is not limited to, carrying out process and functionality gap analysis, Total Cost of Ownership analysis, Business process redesign recommendations, Business change recommendations, and development of training and migration plans. - Support procurement processes as required. This may include, but not be limited to defining functional and non-functional requirements, preparing budget estimates and providing tender evaluation advice and guidance - Provision of project and programme management services - Support the council in tracking and monitoring benefits realised from projects and programmes. There is no guarantee of the level of business which may arise as a result of this framework. The following values are provided as an estimate only: Lot 4 - As a demand led agreement, to take account of digital advisory services (within the scope of connected services) which may be identified throughout the duration, a maximum value of up to 500,000 GBP (excl VAT) per annum has been used for the purposes of establishing Lot 4 the framework agreement. The Council is under no obligation to spend any amount under this Framework Agreement.",
"awardCriteria": {
"criteria": [
{
"name": "Fair Work First",
"type": "quality",
"description": "5"
},
{
"name": "Quality Criterion - Mobilisation",
"type": "quality",
"description": "5"
},
{
"name": "Quality Criterion - Service Delivery and Approach - Scope of Services",
"type": "quality",
"description": "10"
},
{
"name": "Quality Criterion - Service Delivery and Approach - Multiple Projects",
"type": "quality",
"description": "5"
},
{
"name": "Quality Criterion - Resourcing the Framework Agreement",
"type": "quality",
"description": "10"
},
{
"name": "Quality Criterion - Relationship Management",
"type": "quality",
"description": "10"
},
{
"name": "Quality Criterion - Technical Approach - Connected Service",
"type": "quality",
"description": "12.5"
},
{
"name": "Quality Criterion -Technical Approach - Developing Digital Connected Services",
"type": "quality",
"description": "12.5"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for a period of up to 24 months"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
},
{
"scheme": "CPV",
"id": "72222000",
"description": "Information systems or technology strategic review and planning services"
},
{
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "UK, Glasgow"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72222000",
"description": "Information systems or technology strategic review and planning services"
},
{
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
},
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "UK, Glasgow"
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
},
{
"scheme": "CPV",
"id": "72222000",
"description": "Information systems or technology strategic review and planning services"
},
{
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "Glasgow, UK"
},
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
},
{
"scheme": "CPV",
"id": "72222000",
"description": "Information systems or technology strategic review and planning services"
},
{
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "Glasgow, UK"
},
"relatedLot": "4"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Not applicable",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "SPD Section 4B: Economic and Financial Standing SPD Questions: 4B.4 - Financial Ratios 4B.5 - Insurance 4B.6 - Other economic or financial requirements",
"minimum": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- There is a minimum financial requirement that affects Trading Performance, Liquidity and Balance Sheet strength. 4B.6 - Trading Performance An overall positive outcome on pre-tax profits over a 3 year period. Exceptional items occurring in the normal course of business and non-recurring items can be excluded from calculation. 4B.4 - Liquidity Ratios Current Ratio - Current Assets/Current Liabilities Leverage Ratio - Long-term Debt/Net Worth Bidders must achieve a score of 5 and above from a combination of the above two liquidity ratios. The scoring methodology for the two liquidity ratios is provided in the ITT. Intangibles can be included for purposes of the Net Worth figure. 4B.4 - Balance Sheet Strength Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process. Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities The above ratios should be calculated on most recent accounts filed at Companies House. For non-UK Companies, the ratios should be calculated on information contained in the most recent audited accounts. Companies that are only required to file abbreviated accounts, must submit full sets of accounts for the last two individual years filed, in order for the three year profitability requirement to be verified. Bidders who have been trading for less than 3 years must provide evidence that they have met the above minimum financial requirements for the period in during which they have been trading. Bidders who do not comply with the above financial requirements, but are part of a Group, may be required to provide a Parent Guarantee (in the Council style) if the Parent company satisfies the financial requirements stipulated above. Where the Bidder is a group of economic operators (such as a consortium), the Lead Party of that group must comply with minimum financial requirements. The Council reserves the right at its own discretion to seek such other information from the Bidder in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing. Bidders who are subsequently appointed to the Framework shall, during the lifetime of the Framework Agreement, inform the Council immediately of any material changes to the information provided in their submission in relation to economic and financial standing. 4B.5 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below. These apply to all Lots: - Bidder shall take out and maintain, throughout the period of the Framework, Employer's Liability insurance to the value of at least TEN MILLION POUNDS STERLING (10,000,000 GBP) in respect of any one event and unlimited in the period. - Bidder shall take out and maintain, throughout the period of the Framework, Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and unlimited in the period. - Bidder shall take out and maintain throughout the period of the Framework and for six years thereafter, Professional Indemnity insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000 GBP) in respect of any one event and in the aggregate.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "SPD Section 4C: Technical and Professional ability SPD Questions: 4C.1.2 - Relevant examples 4C.4 - Supply Chain Management/Tracking Systems Used 4C.7 - Environmental Management 4C.10 - Proportion (%) to be Sub-Contracted",
"minimum": "SPD 4C.1.2 Statement - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. Please provide two relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice: (Examples from both public and or private sector customers and clients may be provided). Please provide two examples that demonstrate your business and or relied upon sub-contractor (if applicable) experience in delivering similar services. Your examples MUST be from the last three years and provide detailed information on the following areas:- - customer - contract value - date and duration of services - detailed description on the services delivered A response document is provided for full details to be provided. Bidders responses to 4C.1.2 shall be evaluated and each of the two examples provided must score a minimum of 60 in order to be considered a pass for this question. Any Bidder who fails to achieve the minimum score for each example will be disqualified. The scoring methodology for question 4C.1.2 is described in the ITT. SPD 4C.4 Statement 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 Statement Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond, including knowledge of their emissions sources and actions to address these. Accepted evidence includes but is not limited to: - a completed copy of the Bidder 'relevant contract' Climate Change Plan Template, including planned projects and actions to reduce the bidder's carbon emissions. This does not need to contain calculated carbon emissions. Guidance on how Bidder Climate Change Plans are evaluated is provided in the ITT. SPD 4C.10 Statement - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "Performance requirements related to this framework agreement can be found in the ITT."
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 4
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2025-04-14T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2025-04-14T12:00:00+01:00"
},
"bidOpening": {
"date": "2025-04-14T12:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "Glasgow City Council (\"the Council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"the Regulations\"). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so."
},
"parties": [
{
"id": "GB-FTS-73933",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "40 John St, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1412872000",
"email": "corporateprocurement@glasgow.gov.uk",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"name": "Ross MacLeod"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.glasgow.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-18787",
"name": "Glasgow Sheriff Court & Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court & Justice of the Peace Court"
},
"address": {
"streetAddress": "PO BOX 23, 1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "glasgow@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-107398",
"name": "Dionach Ltd",
"identifier": {
"legalName": "Dionach Ltd"
},
"address": {
"streetAddress": "4th Floor, 94 Hope Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 6PH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-164700",
"name": "Step5 Consult Ltd",
"identifier": {
"legalName": "Step5 Consult Ltd"
},
"address": {
"streetAddress": "Grange Court, Harnett Drive, Wolverton Mill,",
"locality": "Milton Keynes",
"region": "UK",
"postalCode": "MK12 5NE",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7772587102"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-164701",
"name": "Waracle Ltd",
"identifier": {
"legalName": "Waracle Ltd"
},
"address": {
"streetAddress": "The Engine Room, 1 Bash Street",
"locality": "Dundee",
"region": "UK",
"postalCode": "DD1 1LQ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-142616",
"name": "Intelligens Consulting Ltd",
"identifier": {
"legalName": "Intelligens Consulting Ltd"
},
"address": {
"streetAddress": "272 Bath St",
"locality": "Glasgow",
"region": "UKM81",
"postalCode": "G2 4JR",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-73933",
"name": "Glasgow City Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000786447"
}
],
"language": "en",
"awards": [
{
"id": "067954-2025-1",
"relatedLots": [
"1"
],
"title": "Provision of Cyber Security Advisory Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-107398",
"name": "Dionach Ltd"
}
]
},
{
"id": "067954-2025-2",
"relatedLots": [
"2"
],
"title": "Provision of Digital Advisory Services - Enterprise Systems",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164700",
"name": "Step5 Consult Ltd"
}
]
},
{
"id": "067954-2025-3",
"relatedLots": [
"3"
],
"title": "Digital Advisory Services - Digital Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-164701",
"name": "Waracle Ltd"
}
]
},
{
"id": "067954-2025-4",
"relatedLots": [
"4"
],
"title": "Digital Advisory Services - Connected Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-142616",
"name": "Intelligens Consulting Ltd"
}
]
}
],
"contracts": [
{
"id": "067954-2025-1",
"awardID": "067954-2025-1",
"title": "Provision of Cyber Security Advisory Services",
"status": "active",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"dateSigned": "2025-09-23T00:00:00+01:00"
},
{
"id": "067954-2025-2",
"awardID": "067954-2025-2",
"title": "Provision of Digital Advisory Services - Enterprise Systems",
"status": "active",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"dateSigned": "2025-09-23T00:00:00+01:00"
},
{
"id": "067954-2025-3",
"awardID": "067954-2025-3",
"title": "Digital Advisory Services - Digital Services",
"status": "active",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"dateSigned": "2025-09-23T00:00:00+01:00"
},
{
"id": "067954-2025-4",
"awardID": "067954-2025-4",
"title": "Digital Advisory Services - Connected Services",
"status": "active",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"dateSigned": "2025-09-23T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 13
},
{
"id": "6",
"measure": "bids",
"relatedLot": "2",
"value": 7
},
{
"id": "11",
"measure": "bids",
"relatedLot": "3",
"value": 6
},
{
"id": "16",
"measure": "bids",
"relatedLot": "4",
"value": 5
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 9
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "2",
"value": 4
},
{
"id": "12",
"measure": "smeBids",
"relatedLot": "3",
"value": 2
},
{
"id": "17",
"measure": "smeBids",
"relatedLot": "4",
"value": 1
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 1
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "13",
"measure": "foreignBidsFromEU",
"relatedLot": "3",
"value": 0
},
{
"id": "18",
"measure": "foreignBidsFromEU",
"relatedLot": "4",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 12
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 7
},
{
"id": "14",
"measure": "foreignBidsFromNonEU",
"relatedLot": "3",
"value": 6
},
{
"id": "19",
"measure": "foreignBidsFromNonEU",
"relatedLot": "4",
"value": 5
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 13
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "2",
"value": 7
},
{
"id": "15",
"measure": "electronicBids",
"relatedLot": "3",
"value": 6
},
{
"id": "20",
"measure": "electronicBids",
"relatedLot": "4",
"value": 5
}
]
}
}