Award

SLC - Education Digital Futures - Education ICT Managed Service

SOUTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

18 Mar 2025 at 00:00

Tender

14 Dec 2023 at 00:00

Summary of the contracting process

South Lanarkshire Council is seeking to appoint a supplier to provide an Education ICT Managed Service for all education establishments within South Lanarkshire. The procurement process, titled "SLC - Education Digital Futures - Education ICT Managed Service", falls under the services category and employs a competitive procedure with negotiation method. The total contract value is £59,000,000, with the tender submission deadline set for 31st January 2024. The council aims to put in place a fully managed service that provides modern and transformative digital solutions for schools. The headquarters is located in Hamilton, UKM95 region, with the procurement currently at the tender stage.

This tender offers substantial opportunities for businesses specialising in educational ICT services to collaborate with a major regional authority, potentially fostering business growth through innovation and extensive deployment. Companies with experience in delivering high-quality ICT managed services, particularly those familiar with public sector requirements and having robust financial and technical standings, are well-suited to compete. The contract includes the possibility of renewal for an additional five years, subject to performance, indicating long-term business potential. Ideal candidates should demonstrate strong financial health, relevant qualifications such as ISO9001, and compliance with various declarations, including the Modern Slavery Act and Human Rights Act.

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

SLC - Education Digital Futures - Education ICT Managed Service

Notice Description

The Council wishes to appoint a supplier to provide an Education Managed Service for all Education establishments within South Lanarkshire. The objective of this procurement exercise is to put in place a fully managed ICT managed service for Education which builds on this position of strength, which continues to offer schools with modern and transformative environments and digital solutions.

Lot Information

Lot 1

The procurement route will be via Competitive Procedure with Negotiation (CPN) which allows for innovation and to negotiate with suppliers on their proposals.

Renewal: The contract has an optional extension of 5 years subject to satisfactory performance, financial standing and availability of funding.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000746496
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR526259
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72222300 - Information technology services

Notice Value(s)

Tender Value
£59,000,000 £10M-£100M
Lots Value
£59,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£53,500,000 £10M-£100M

Notice Dates

Publication Date
18 Mar 202511 months ago
Submission Deadline
31 Jan 2024Expired
Future Notice Date
Not specified
Award Date
3 Feb 20251 years ago
Contract Period
Not specified - Not specified
Recurrence
The contract has an optional extension of 5 years, if extension is executed further notices will be published in 2034/35.

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SOUTH LANARKSHIRE COUNCIL
Contact Name
Marie McGowan
Contact Email
irene.peacock@southlanarkshire.gov.uk, marie.mcgowan@southlanarkshire.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
HAMILTON
Postcode
ML3 0AA
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM9 Southern Scotland
Small Region (ITL 3)
TLM95 South Lanarkshire
Delivery Location
TLM95 South Lanarkshire

Local Authority
South Lanarkshire
Electoral Ward
Hamilton North and East
Westminster Constituency
Hamilton and Clyde Valley

Supplier Information

Number of Suppliers
1
Supplier Name

RM EDUCATION

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC494896
    SLC - Education Digital Futures - Education ICT Managed Service - The Council wishes to appoint a supplier to provide an Education Managed Service for all Education establishments within South Lanarkshire. The objective of this procurement exercise is to put in place a fully managed ICT managed service for Education which builds on this position of strength, which continues to offer schools with modern and transformative environments and digital solutions.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR526259
    SLC - Education Digital Futures - Education ICT Managed Service - The Council wishes to appoint a supplier to provide an Education Managed Service for all Education establishments within South Lanarkshire. The objective of this procurement exercise is to put in place a fully managed ICT managed service for Education which builds on this position of strength, which continues to offer schools with modern and transformative environments and digital solutions.

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-r6ebe6-0000746496-2025-03-18T00:00:00Z",
    "date": "2025-03-18T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000746496",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-62",
            "name": "South Lanarkshire Council",
            "identifier": {
                "legalName": "South Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Council Headquarters, Almada Street",
                "locality": "Hamilton",
                "region": "UKM95",
                "postalCode": "ML3 0AA"
            },
            "contactPoint": {
                "email": "irene.peacock@southlanarkshire.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.southlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-7",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "locality": "Hamilton"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-3",
            "name": "South Lanarkshire Council",
            "identifier": {
                "legalName": "South Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Council Headquarters, Almada Street",
                "locality": "Hamilton",
                "region": "UKM95",
                "postalCode": "ML3 0AA"
            },
            "contactPoint": {
                "name": "Marie McGowan",
                "email": "marie.mcgowan@southlanarkshire.gov.uk",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "06",
                        "description": "Housing and community amenities",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.southlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-236",
            "name": "RM Education",
            "identifier": {
                "legalName": "RM Education"
            },
            "address": {
                "streetAddress": "Belhaven House, Lark Way",
                "locality": "Bellshill",
                "region": "UKM",
                "postalCode": "ML4 3RB"
            },
            "contactPoint": {
                "telephone": "+44 1698578011"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "https://www.rm.com/education"
            }
        },
        {
            "id": "org-29",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 4 Beckford Street",
                "locality": "Hamilton",
                "postalCode": "ML3 0BT"
            },
            "contactPoint": {
                "email": "hamiltoncivil@scotcourts.gov.uk",
                "telephone": "+44 1698282957",
                "url": "http://www.scotscourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "South Lanarkshire Council",
        "id": "org-3"
    },
    "tender": {
        "id": "SLC/FC/23/008",
        "title": "SLC - Education Digital Futures - Education ICT Managed Service",
        "description": "The Council wishes to appoint a supplier to provide an Education Managed Service for all Education establishments within South Lanarkshire. The objective of this procurement exercise is to put in place a fully managed ICT managed service for Education which builds on this position of strength, which continues to offer schools with modern and transformative environments and digital solutions.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "deliveryLocation": {
                    "description": "South Lanarkshire"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    },
                    {
                        "region": "UKM95"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 59000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2024-01-31T12:00:00Z"
        },
        "documents": [
            {
                "id": "DEC494896",
                "documentType": "contractNotice",
                "title": "SLC - Education Digital Futures - Education ICT Managed Service",
                "description": "The Council wishes to appoint a supplier to provide an Education Managed Service for all Education establishments within South Lanarkshire. The objective of this procurement exercise is to put in place a fully managed ICT managed service for Education which builds on this position of strength, which continues to offer schools with modern and transformative environments and digital solutions.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC494896",
                "format": "text/html"
            },
            {
                "id": "MAR526259",
                "documentType": "awardNotice",
                "title": "SLC - Education Digital Futures - Education ICT Managed Service",
                "description": "The Council wishes to appoint a supplier to provide an Education Managed Service for all Education establishments within South Lanarkshire. The objective of this procurement exercise is to put in place a fully managed ICT managed service for Education which builds on this position of strength, which continues to offer schools with modern and transformative environments and digital solutions.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR526259",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The procurement route will be via Competitive Procedure with Negotiation (CPN) which allows for innovation and to negotiate with suppliers on their proposals.",
                "status": "complete",
                "value": {
                    "amount": 59000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Limiting the number of candidates invited to tender will allow for more effective negotiation given the timely nature of this process, while still ensuring genuine competition."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract has an optional extension of 5 years subject to satisfactory performance, financial standing and availability of funding."
                }
            }
        ],
        "communication": {
            "atypicalToolUrl": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "As stated in the tender documents"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2024-03-15T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "There are a number of questions / statements that have been included in the Contract Notice and within Stage 1 - SPD which detail the minimum requirements that Bidders must be able to evidence for participation in this tender and ultimately will be required to evidence prior to any award being made. There are in addition further statements made that simply provide relevant information relating to the tender itself. These questions and statements form an integral part of the Single Procurement Document (the SPD) which the Council has decided to implement for all tenders in excess of 50000 GBP in value. SPD Question 2.C.1 Reliance on the capacities of other entities Bidders are required to complete a full SPD for each of the entities whose capacity they rely upon. Subcontractors on whose capacity the bidder does not rely. Bidders who are selected to submit an ITT will be asked whether they intend to subcontract within the ITT (Stage 2) Tender. A shortened version of the SPD covering the exclusion grounds will require to be completed by each Subcontractor so identified and uploaded within the ITT (Stage 2) Technical Envelope. Exclusion Criteria 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. SPD Questions 3A - 3C have been identified as mandatory exclusion grounds and SPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. .For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken. SPD Question 4A.1 Trade Registers It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given. If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015. SPD Question 4A.2 Authorisation/Membership Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
                },
                {
                    "type": "economic",
                    "minimum": "SPD Questions 4B.1.1 Economic and Financial Standing The Council will assess Bidders annual turnover to provide assurance of the capacity of the Bidder to deliver the contract. The minimum required turnover per year is 6,400,000 GBP and the past 3 financial years should be included in the response. SPD Question 4B.4 Economic and Financial Standing The Council will use the following ratios to evaluate a bidders financial status: Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio. Liquidity - this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio. Gearing - this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio. Bidders must provide the name and value of each of the 3 ratios within their response to SPD question 4B.4. The Council requires bidders to pass 2 out of the 3 financial ratios above. Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors: Would the bidder have passed the checks if prior year accounts had been used? Were any of the poor appraisal outcomes \"marginal\"? Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance? Does the bidder have sufficient reserves to sustain losses for a number of years? Does the bidder have a healthy cashflow? Is the bidder profitable enough to finance the interest on its debt? Is most of the bidder's debt owed to group companies? Is the bidder's debt due to be repaid over a number of years, and affordable? Have the bidder's results been adversely affected by \"one off costs\" and / or \"one off accounting treatments\"? Do the bidder's auditors (where applicable) consider it to be a \"going concern\"? Will the bidder provide a Parent Company Guarantee? Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace? The Council will request submission of and assess the bidders financial accounts, and may use financial verification systems to validate the information provided. SPD Question 4B.5 Insurance The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover: Employer's Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims. Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims. Professional Indemnity Insurance covering the failure of the bidder to use the skill and care normally used by professionals providing the services described in this tender to the level of 5000000 GBP in respect of each claim, without limit to the number of claims."
                },
                {
                    "type": "technical",
                    "minimum": "SPD 4C.1 Technical and Professional Ability (Scored Question in SPD, Technical Envelope) Bidders should demonstrate in their response to question 4C.1.2 that they have held contracts (preferably public sector authority) of a similar nature, size and value to those mentioned in the Specification, within the last 3 years. A mimimum of 3 examples and a maximum of 5 should be provided. SPD Question 4C.6 Technical and Professional Ability (Qualifications) The bidder as a company will hold the following educational or professional qualifications: - Protection of Vulnerable Groups (Scotland) Act 2007. All individuals who will be engaged in the delivery of the contract must be appropriately vetted; -Security Standards / Accreditation, all bidders will be expected to hold Information Security Standards / accreditation up to and including ISO/IEC 27001:2013 in conjunction with Cyber Essentials Plus. Bidders not meeting this criteria must complete the Cloud Hosting Security Principles document. SPD Question 4C.10 Technical and Professional Ability (Sub-Contracting) Bidders will be required to confirm within the ITT (Stage 2, Technical Envelope) whether they intend to subcontract and, if so, for what proportion of the contract SPD Question 4D.1 Quality Assurance Schemes - Optional Statement It is a requirement of this tender that the bidder recommended for award holds the following Quality Assurance scheme membership: ISO9001 or can meet the criteria stated in the procurement documents. SPD Question 4D.2 Environmental Management Standards - Optional Statement It is a requirement of this tender that the bidder recommended for award holds the following environmental standard/accreditation or can meet the criteria stated in the procurement documents."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "72222300",
            "scheme": "CPV"
        },
        "reviewDetails": "Please note, the alternative review body to the local Sheriff Court detailed in VI.4.1 is: Court of Session Parliament House Parliament Square Edinburgh EH1 1RQ +44 1312252595 supreme.courts@scotcourts.gov.u",
        "hasRecurrence": true,
        "recurrence": {
            "description": "The contract has an optional extension of 5 years, if extension is executed further notices will be published in 2034/35."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2023/S 000-036791"
        }
    ],
    "description": "SPD Questions 3A.1 to 3A.7 Serious and Organised Crime - Information Sharing Protocol It is a requirement of this tender that the bidder recommended for award completes and submits, when requested to by the Council, the Serious and Organised Crime - Information Sharing Protocol form for evaluation prior to any award being made. Declarations and Certificates In a restricted tendering procedure, prior to the issue of invitation to tender, the bidders who are being recommended for issue of tenders will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope. All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T. SPD Question 2D.1 Prompt Payment Certificate SPD Question 3D.3 Human Rights Act Declaration SPD Question 3D.11 Non-Collusion Certificate SPD Question 4B.5.1 Insurance Certificates SPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration SPD Question 4C.6 Protection of Vulnerable Groups (Scotland) Act 2007 Declaration SPD Question 3A.6 Modern Slavery Act 2015 Declaration Declaration Section Health and Safety Questionnaire Declaration Section Serious and Organised Crime - Information Sharing Protocol The Signature Page must be completed and uploaded within the relevant question in the Stage 1 SPD Technical Envelope. In the case of a restricted tendering procedure this information will be requested by the Council prior to the issue of invitation to tender to the selected bidders. Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the SPD will invalidate the bid. In this scenario the Council will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on until a fully compliant bidder is identified. (SC Ref:793624)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000746496"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000746496"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "SLC/FC/23/008",
            "suppliers": [
                {
                    "id": "org-236",
                    "name": "RM Education"
                }
            ],
            "relatedLots": [
                "1"
            ],
            "hasSubcontracting": true,
            "subcontracting": {
                "maximumPercentage": 0.08,
                "minimumPercentage": 0.08
            }
        }
    ],
    "contracts": [
        {
            "id": "SLC/FC/23/008",
            "awardID": "SLC/FC/23/008",
            "status": "active",
            "value": {
                "amount": 53500000,
                "currency": "GBP"
            },
            "dateSigned": "2025-02-03T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "431",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "432",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "433",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "434",
                "measure": "foreignBidsFromNonEU",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "435",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}