Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-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"
}
]
}