Award

DLEARN-Provision of Standardised Assessment & Reporting Platform & Related Services

SCOTTISH GOVERNMENT

This public procurement record has 4 releases in its history.

Award

04 Feb 2026 at 16:38

Tender

04 Feb 2026 at 15:42

Tender

04 Feb 2026 at 13:27

Planning

12 Sep 2025 at 09:02

Summary of the contracting process

The Scottish Government, based in Glasgow, is currently in the tender stage for a contract titled "DLEARN-Provision of Standardised Assessment & Reporting Platform & Related Services," valued at £23,000,000. The procurement falls under the education and training services category and aims to provide national, online standardised assessments to evaluate children's progress in literacy and numeracy, in alignment with the Curriculum for Excellence. The scope requires a dual-language platform for assessments undertaken by students in P1, 4, 7, and S3, with development set for the 2026/27 school year. The open procurement method marks a key phase in this project, with bids due by 18 March 2026, followed by the anticipated start of the contract in June 2026.

This tender is a substantial opportunity for businesses specialising in educational services and information technology solutions, particularly those capable of providing diagnostic, inclusive online assessment tools. The procurement offers potential for business growth by partnering with a prominent national agency to contribute to a high-profile educational initiative. Companies with robust supply chain management, financial stability, and environmental sustainability measures will find themselves well-positioned for success. Furthermore, the contract includes potential for sub-contracting, thereby enabling smaller enterprises to participate and benefit from this significant public sector project.

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

DLEARN-Provision of Standardised Assessment & Reporting Platform & Related Services

Notice Description

The Scottish Government intends to contract for the ongoing provision of national, online standardised assessments aimed at providing evidence of children's progress in aspects of literacy and numeracy.

Lot Information

Lot 1

The Scottish Government intends to contract for the ongoing provision of national, online standardised assessments aimed at providing evidence of children's progress in aspects of literacy and numeracy. The contract will be designed to implement the third phase of the National Standardised Assessments for Scotland (NSA), which were introduced as part of the implementation of the National Improvement Framework for Scottish Education. The supplier will be required to provide a dual-language platform for the continuation of the online adaptive assessment service which has been made available to children in publicly funded education in Scotland since August 2017. The Scottish Government is also exploring whether this procurement provides the opportunity to bring elements of the assessment service in-house. This includes training design and delivery, content development, and service desk provision. A key aspect of development will include the migration of data from the current phase of the project, both in terms of assessment data, and assessment content, to ensure continuity of service and secure the long-term value of existing data and content. Assessments are aligned to Curriculum for Excellence and are undertaken by children and young people in P1, 4, 7 and S3. Development will take place during the 2026/27 school year with the assessments anticipated to come online from August 2027. Standardised assessments support the wider approach to assessment through the broad general education in Scotland, which is based primarily upon the professional judgement of teachers. The contract will be for the design and delivery of diagnostic, inclusive and online adaptive national standardised assessments, suitable for the Scottish school education system and capable of reporting progress in skills for reading, writing and numeracy, both in English and Gaelic.

Renewal: The contract is anticipated to commence in June 2026 with and expire in July 2030, with the option to extend for a further three 12-month periods. Exact dates will be confirmed in the contract award notice.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05991d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010182-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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

80 - Education and training services


CPV Codes

72222300 - Information technology services

80000000 - Education and training services

Notice Value(s)

Tender Value
£23,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Feb 20262 weeks ago
Submission Deadline
18 Mar 20264 weeks to go
Future Notice Date
19 Jan 2026Expired
Award Date
4 Feb 20262 weeks ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Cancelled
Lots Status
Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SCOTTISH GOVERNMENT
Contact Name
Not specified
Contact Email
caitlin.fullarton@gov.scot
Contact Phone
+44 412425466

Buyer Location

Locality
GLASGOW
Postcode
G2 8LU
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
TLM Scotland

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North

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-05991d-2026-02-04T16:38:36Z",
    "date": "2026-02-04T16:38:36Z",
    "ocid": "ocds-h6vhtk-05991d",
    "description": "(SC Ref:822777)",
    "initiationType": "tender",
    "tender": {
        "id": "788772",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DLEARN-Provision of Standardised Assessment & Reporting Platform & Related Services",
        "status": "cancelled",
        "classification": {
            "scheme": "CPV",
            "id": "80000000",
            "description": "Education and training services"
        },
        "mainProcurementCategory": "services",
        "description": "The Scottish Government intends to contract for the ongoing provision of national, online standardised assessments aimed at providing evidence of children's progress in aspects of literacy and numeracy.",
        "value": {
            "amount": 23000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Scottish Government intends to contract for the ongoing provision of national, online standardised assessments aimed at providing evidence of children's progress in aspects of literacy and numeracy. The contract will be designed to implement the third phase of the National Standardised Assessments for Scotland (NSA), which were introduced as part of the implementation of the National Improvement Framework for Scottish Education. The supplier will be required to provide a dual-language platform for the continuation of the online adaptive assessment service which has been made available to children in publicly funded education in Scotland since August 2017. The Scottish Government is also exploring whether this procurement provides the opportunity to bring elements of the assessment service in-house. This includes training design and delivery, content development, and service desk provision. A key aspect of development will include the migration of data from the current phase of the project, both in terms of assessment data, and assessment content, to ensure continuity of service and secure the long-term value of existing data and content. Assessments are aligned to Curriculum for Excellence and are undertaken by children and young people in P1, 4, 7 and S3. Development will take place during the 2026/27 school year with the assessments anticipated to come online from August 2027. Standardised assessments support the wider approach to assessment through the broad general education in Scotland, which is based primarily upon the professional judgement of teachers. The contract will be for the design and delivery of diagnostic, inclusive and online adaptive national standardised assessments, suitable for the Scottish school education system and capable of reporting progress in skills for reading, writing and numeracy, both in English and Gaelic.",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "75"
                        },
                        {
                            "type": "price",
                            "description": "25"
                        },
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "75"
                        },
                        {
                            "type": "price",
                            "description": "25"
                        },
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "75"
                        },
                        {
                            "type": "price",
                            "description": "25"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 2580
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract is anticipated to commence in June 2026 with and expire in July 2030, with the option to extend for a further three 12-month periods. Exact dates will be confirmed in the contract award notice."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72222300",
                        "description": "Information technology services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-19T00:00:00Z",
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "4B4. The bidder confirms the name, value and/or range of the financial ratios specified in the relevant Contract Notice are as follows: 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:",
                    "minimum": "4B.4 - Bidders must demonstrate a Current Ratio of no less than 1. Current Ratio will be calculated as follows: Total current assets divided by Total current liabilities. 4B.5 - -Public Liability 1,000,000 GBP(A sum not less than) -Professional Indemnity 1,000,000 GBP(A sum not less than) -Employers Liability (Legal Requirement) 5,000,000 GBP(A sum not less than) -Cyber Security 5,000,000 GBP(A sum not less than)",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "4C.4 - Provide a statement of the relevant supply chain management and/or tracking systems used. 4C.7 - Provide details of the environmental management measures which the bidder will be able to use when performing the contract. 4C.10 - Provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
                    "minimum": "4C.4 - 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. 4C.7 - Production and submission of evidence of steps taken to build awareness of the climate emergency and consideration of how the organisation plans to respond to it. This should include details of planned projects and actions to reduce the bidder's carbon emissions. 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "4B4. The bidder confirms the name, value and/or range of the financial ratios specified in the relevant Contract Notice are as follows: 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:",
                    "minimum": "4B.4 - Bidders must demonstrate a Current Ratio of no less than 1. Current Ratio will be calculated as follows: Total current assets divided by Total current liabilities. 4B.5 - -Public Liability 1,000,000 GBP(A sum not less than) -Professional Indemnity 1,000,000 GBP(A sum not less than) -Employers Liability (Legal Requirement) 5,000,000 GBP(A sum not less than) -Cyber Security 5,000,000 GBP(A sum not less than)",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "4C.4 - Provide a statement of the relevant supply chain management and/or tracking systems used. 4C.7 - Provide details of the environmental management measures which the bidder will be able to use when performing the contract. 4C.10 - Provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
                    "minimum": "4C.4 - 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. 4C.7 - Production and submission of evidence of steps taken to build awareness of the climate emergency and consideration of how the organisation plans to respond to it. This should include details of planned projects and actions to reduce the bidder's carbon emissions. 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2026-03-18T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2026-03-18T12:00:00Z"
        },
        "bidOpening": {
            "date": "2026-03-18T12:00:00Z"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "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 412425466",
                "email": "caitlin.fullarton@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": "NATIONAL_AGENCY",
                        "scheme": "TED_CA_TYPE",
                        "description": "National or federal agency/office"
                    },
                    {
                        "id": "01",
                        "scheme": "COFOG",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-155314",
            "name": "Edinburgh Sheriff Court & Justice of the Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court & Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "27 Chambers St",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1538",
        "name": "Scottish Government"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000802966"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000802966"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000822756"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000822756"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "010182-2026-788772-1",
            "relatedLots": [
                "1"
            ],
            "status": "unsuccessful",
            "statusDetails": "discontinued"
        }
    ]
}