Award

Software Asset Management as a Service (SAMaaS)

RENFREWSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

08 Jan 2026 at 10:51

Tender

19 Jun 2025 at 14:57

Summary of the contracting process

Renfrewshire Council has concluded the procurement process for the renewal of its Software Asset Management as a Service (SAMaaS) contract, which is crucial for managing software compliance and optimising licensing costs. The tender, classified under information technology services (CPV 72222300), was awarded to Business Continuity Services Ltd, and involves the ICT Services department of the Council based in Paisley, UKM83. The procurement was carried out using an open procedure, covered by the Government Procurement Agreement (GPA). The process reached the award stage on 8th January 2026, with the contract being signed on 19th December 2025. The total contract value is GBP 451,196.30, and it will span three years with an optional extension of two additional years, subject to the Council's discretion. The contract period commenced on 15th January 2026 and will conclude on 14th January 2029.

This tender presents significant opportunities for businesses specialising in IT services, particularly those focusing on software management and compliance optimisation. Companies with expertise in providing comprehensive software management solutions that enhance operational efficiencies and reduce costs can leverage this contract for growth. Organisations prioritising quality service delivery, a pro-active approach to license compliance, and community benefits will find this tender beneficial as it emphasises such criteria in the award assessment process. Moreover, the allowance for electronic ordering, invoicing, and payment underlines the progressive digital approach, making it an attractive opportunity for tech-savvy enterprises eager to collaborate with public sector bodies.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Software Asset Management as a Service (SAMaaS)

Notice Description

Renfrewsjore Council's ICT Service requires the renewal of its Software Asset Management as a Service (SAMaaS) Contract. The SAMaaS provides analysis of the Council's data which ensures that software compliance issues are highlighted for action. The SAMaaS provider offers advice and support in the execution of these actions. It also helps the Council in its aim to reduce the number of contracts the Council has across various departments with the same Service Provider, allowing for more streamlined contract management and a reduction in costs.

Lot Information

Lot 1

Renfrewshire Council's ICT Services requires the continued delivery of a Software Asset Management as a Service model as currently used by the Council for a period of 3 years with the option to extend for a further 2 at the sole discretion of the Council. SAMaaS will provide analysis of the Council's data ensuring that software compliance issues are highlighted for action. They will offer advice and support in the execution of these actions and defend the Council's position in any compliance audit scenario. Whilst continuing to achieve full software compliance the next stage will be to optimise the Council's license usage through knowledge and review of the license models. The Tender Procedure shall be conducted in accordance with an above Government Procurement Agreement (GPA)Threshold as an Open procedure. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Renewal: The Contract will have an option to extend of 2 years on 1 occasion at the sole discretion of the Council.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05503e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/001354-2026
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
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


CPV Codes

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

72222300 - Information technology services

72260000 - Software-related services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£451,196 £100K-£500K

Notice Dates

Publication Date
8 Jan 20261 months ago
Submission Deadline
22 Jul 2025Expired
Future Notice Date
Not specified
Award Date
19 Dec 20252 months ago
Contract Period
15 Jan 2026 - 14 Jan 2029 3-4 years
Recurrence
Another notice will be published around 1 year prior to the expiry of this Contract.

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
RENFREWSHIRE COUNCIL
Contact Name
Not specified
Contact Email
rachel.davison@renfrewshire.gov.uk
Contact Phone
+44 3003000300

Buyer Location

Locality
PAISLEY
Postcode
PA1 1JB
Post Town
Paisley
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM83 Inverclyde, East Renfrewshire, and Renfrewshire

Local Authority
Renfrewshire
Electoral Ward
Paisley East and Central
Westminster Constituency
Paisley and Renfrewshire South

Supplier Information

Number of Suppliers
1
Supplier Name

BUSINESS CONTINUITY SERVICES

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-05503e-2026-01-08T10:51:08Z",
    "date": "2026-01-08T10:51:08Z",
    "ocid": "ocds-h6vhtk-05503e",
    "description": "Tenderers are required to comply with the following: - Specification; - General Conditions of Contract; - Special Conditions; - Data Processing Agreement document. - Cyber Security Requirements as contained in the Specification. Tenderers must complete, sign and upload the following documentation (as contained within the Supplier attachment area on PCS_T) with their tender submission: - Tender Declaration Certificate; - Equalities Questionnaire; - Equalities Declaration; - Tender Compliance Certificate; - Prompt Payment Certificate; - No Collusion Certificate; - H&S Questionnaire; Please note that all documents must be signed by an authorised signatory. Request for Information: Evidence of your company's insurance certificates detailing the required level of insurance's as per the levels stated within this Contract Notice and as detailed within the Invitation to Tender documentation must be uploaded within the general attachments area in Public Contract Scotland Tender Portal upon request by the Council. Any contract awarded as a result of this tender exercise will be subject to Scots Law and the exclusive jurisdiction of the Scottish Courts. Tenderers are asked to complete a Community Benefit (CB) Outcome Menu and supporting methodology for a technical value of 5%. Full instructions regarding how to complete the Community Benefit (CB) Outcome Menu will be contained within the Invitation to Tender which can be found on PCS-T project number 29403. All additional information relevant to this procurement exercise is detailed within the Invitation to Tender document which can be found on PCS-T project number 29403. (SC Ref:820033)",
    "initiationType": "tender",
    "tender": {
        "id": "RC-CPU-25-041",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Software Asset Management as a Service (SAMaaS)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72222300",
            "description": "Information technology services"
        },
        "mainProcurementCategory": "services",
        "description": "Renfrewsjore Council's ICT Service requires the renewal of its Software Asset Management as a Service (SAMaaS) Contract. The SAMaaS provides analysis of the Council's data which ensures that software compliance issues are highlighted for action. The SAMaaS provider offers advice and support in the execution of these actions. It also helps the Council in its aim to reduce the number of contracts the Council has across various departments with the same Service Provider, allowing for more streamlined contract management and a reduction in costs.",
        "lots": [
            {
                "id": "1",
                "description": "Renfrewshire Council's ICT Services requires the continued delivery of a Software Asset Management as a Service model as currently used by the Council for a period of 3 years with the option to extend for a further 2 at the sole discretion of the Council. SAMaaS will provide analysis of the Council's data ensuring that software compliance issues are highlighted for action. They will offer advice and support in the execution of these actions and defend the Council's position in any compliance audit scenario. Whilst continuing to achieve full software compliance the next stage will be to optimise the Council's license usage through knowledge and review of the license models. The Tender Procedure shall be conducted in accordance with an above Government Procurement Agreement (GPA)Threshold as an Open procedure. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Approach to Implementation, Resources, Knowledge and Skills",
                            "type": "quality",
                            "description": "25%"
                        },
                        {
                            "name": "Service Delivery - License Compliance/Audit Ready",
                            "type": "quality",
                            "description": "15%"
                        },
                        {
                            "name": "Service Delivery - Software Optimisation/Cost Reduction",
                            "type": "quality",
                            "description": "15%"
                        },
                        {
                            "name": "Account Management",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "name": "Community Benefits",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "type": "price",
                            "description": "30%"
                        },
                        {
                            "name": "Approach to Implementation, Resources, Knowledge and Skills",
                            "type": "quality",
                            "description": "25%"
                        },
                        {
                            "name": "Service Delivery - License Compliance/Audit Ready",
                            "type": "quality",
                            "description": "15%"
                        },
                        {
                            "name": "Service Delivery - Software Optimisation/Cost Reduction",
                            "type": "quality",
                            "description": "15%"
                        },
                        {
                            "name": "Account Management",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "name": "Community Benefits",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "type": "price",
                            "description": "30%"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-01-15T00:00:00Z",
                    "endDate": "2029-01-14T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract will have an option to extend of 2 years on 1 occasion at the sole discretion of the Council."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72222300",
                        "description": "Information technology services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "minimum": "The Council will utilise Dun & Bradstreet (D&B) to calculate a Failure Score. Tenderers (including all participants in a group) are required to have a Failure Score of 20 or above in order to demonstrate its financial strength and stability. For further information regarding evidencing financial stability can be found within the Invitation to Tender attached to the General Attachment area on PCS-T project number 29403. Where the Tenderer is under no obligation to publish accounts and/or does not have a D&B Failure Score, they must provide their audited financial accounts for the previous 2 years as part of their ESPD Submission in order that they Council may asses these accounts to determine the suitability of the Tenderer to undertake a Framework of this size and duration. It is a requirement of this Contract and Tenderers hold, or can commit to obtain prior to the commencement of the Contract and maintain throughout the Contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = Statutory minimum 5 million GBP each and every claim, where the tenderer is exempt from this requirement, eg as a 'sole trader', then this must be confirmed by the Provider in writing; Public Liability Insurance = minimum 1 million GBP for each and every claim; Professional Indemnity Insurance - minimum 1 million GBP every claim, and will accept cover in the aggregate."
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Contract performance conditions are stated within the Invitation to Tender documentation which can be found under project 29403 at https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-07-22T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2025-12-24T23:59:59Z"
            }
        },
        "awardPeriod": {
            "startDate": "2025-07-22T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2025-07-22T12:00:00+01:00",
            "description": "Tenders will be opened in accordance with the Council's Standing Orders Relating to Contracts."
        },
        "hasRecurrence": true,
        "reviewDetails": "An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.",
        "recurrence": {
            "description": "Another notice will be published around 1 year prior to the expiry of this Contract."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-1038",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3003000300",
                "email": "rachel.davison@renfrewshire.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.renfrewshire.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400",
                "classifications": [
                    {
                        "id": "REGIONAL_AUTHORITY",
                        "scheme": "TED_CA_TYPE",
                        "description": "Regional or local authority"
                    },
                    {
                        "id": "01",
                        "scheme": "COFOG",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-942",
            "name": "Court of Session",
            "identifier": {
                "legalName": "Court of Session"
            },
            "address": {
                "streetAddress": "Parliament Square",
                "locality": "Edinburgh",
                "postalCode": "EH1 1RQ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "reviewContactPoint"
            ]
        },
        {
            "id": "GB-FTS-170854",
            "name": "Business Continuity Services Ltd",
            "identifier": {
                "legalName": "Business Continuity Services Ltd"
            },
            "address": {
                "streetAddress": "14 Alloway Place",
                "locality": "Ayr",
                "region": "UKM94",
                "postalCode": "KA7 2AA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1292283828"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1038",
        "name": "Renfrewshire Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000801394"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000801394"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "001354-2026-RC-CPU-25-041-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-170854",
                    "name": "Business Continuity Services Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "001354-2026-RC-CPU-25-041-1",
            "awardID": "001354-2026-RC-CPU-25-041-1",
            "status": "active",
            "value": {
                "amount": 451196.3,
                "currency": "GBP"
            },
            "dateSigned": "2025-12-19T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}